64
DU PAGE COUNTY TECHNOLOGY COMMITTEE FINAL AGENDA January 28, 2020 Regular Meeting 9:15 AM ROOM 3500B 421 NORTH COUNTY FARM ROAD WHEATON, IL 60187 DuPage County Page 1 1. CALL TO ORDER 2. ROLL CALL 3. CHAIRMAN'S REMARKS - GREG HART 4. PUBLIC COMMENT 5. APPROVAL OF MINUTES A. Technology Committee - Regular Meeting - Tuesday January 14th, 2020 6. PROCUREMENT REQUISITIONS A. TE-P-0042-20 Recommendation for the approval of a contract to Imaging Systems, Inc., d/b/a Integrated Document Technologies (IDT) for Capsys and OnBase upgrades and server migration, and for the purchase for four (4) scanners to be used in various departments for scanning documents to OnBase, for Information Technology, for a contract total amount of $68,825, exempt from bidding per 55 ILCS 5/5-1022 “Competitive Bids” (c) not suitable for competitive bids – Sole Source. IDT is the OnBase approved provider for their products. B. TE-P-0043-20 Recommendation for the approval of a contract to Park Place Technologies, LLC, for Data Center maintenance for post-warranty support on server equipment, for Information Technology. This contract covers the period of March 1, 2020 through February 28, 2021, for a contract total amount of $34,395.72. Exempt from bidding per 55 ILCS 5/5-1022 "Competitive Bids" (d) IT/Telecom purchases under $35,000.00. Park Place is a trusted vendor and has been performing post-warranty repairs for the Information Technology Department and Sheriff’s Office for five years. C. TE-P-0044-20 Recommendation for the approval of a contract to CDWG, Inc., for a Microsoft Unified Support Agreement for the period of February 1, 2020 through January 31, 2021, for Information Technology, for a contract total of $144,357.42, in compliance with 30 ILCS 525/2 "Governmental Joint Purchasing Act" - State of Illinois - Master Contracts #CMS 694510. This agreement allows DuPage County, Health Department, and Forest Preserve to engage in separate procurements with Microsoft, which provides a Technical Account Manager and the ability to more fully leverage the technologies that are part of the Enterprise Agreements with Microsoft.

TECHNOLOGY COMMITTEE FINAL AGENDA January 28, 2020 …

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

DU PAGE COUNTY

TECHNOLOGY COMMITTEE

FINAL AGENDA

January 28, 2020 Regular Meeting 9:15 AM

ROOM 3500B

421 NORTH COUNTY FARM ROAD

WHEATON, IL 60187

DuPage County Page 1

1. CALL TO ORDER

2. ROLL CALL

3. CHAIRMAN'S REMARKS - GREG HART

4. PUBLIC COMMENT

5. APPROVAL OF MINUTES

A. Technology Committee - Regular Meeting - Tuesday January 14th, 2020

6. PROCUREMENT REQUISITIONS

A. TE-P-0042-20 Recommendation for the approval of a contract to Imaging Systems, Inc.,

d/b/a Integrated Document Technologies (IDT) for Capsys and OnBase upgrades and

server migration, and for the purchase for four (4) scanners to be used in various

departments for scanning documents to OnBase, for Information Technology, for a

contract total amount of $68,825, exempt from bidding per 55 ILCS 5/5-1022

“Competitive Bids” (c) not suitable for competitive bids – Sole Source. IDT is the

OnBase approved provider for their products.

B. TE-P-0043-20 Recommendation for the approval of a contract to Park Place

Technologies, LLC, for Data Center maintenance for post-warranty support on server

equipment, for Information Technology. This contract covers the period of March 1,

2020 through February 28, 2021, for a contract total amount of $34,395.72. Exempt from

bidding per 55 ILCS 5/5-1022 "Competitive Bids" (d) IT/Telecom purchases under

$35,000.00. Park Place is a trusted vendor and has been performing post-warranty

repairs for the Information Technology Department and Sheriff’s Office for five years.

C. TE-P-0044-20 Recommendation for the approval of a contract to CDWG, Inc., for a

Microsoft Unified Support Agreement for the period of February 1, 2020 through January

31, 2021, for Information Technology, for a contract total of $144,357.42, in compliance

with 30 ILCS 525/2 "Governmental Joint Purchasing Act" - State of Illinois - Master

Contracts #CMS 694510. This agreement allows DuPage County, Health Department,

and Forest Preserve to engage in separate procurements with Microsoft, which provides a

Technical Account Manager and the ability to more fully leverage the technologies that

are part of the Enterprise Agreements with Microsoft.

Agenda Technology Committee January 28, 2020

DuPage County Page 2

D. TE-CO-0002-20 TE-P-0325A-19 - Amendment to Resolution TE-P-0325-19 (County

Contract 4238-0001-SERV), issued to Cellco Partnership d/b/a Verizon Wireless, to

provide wireless services including basic cellular voice, smart phones, wireless data, and

push-to-talk, for Information Technology, to add a line in the contract for Building and

Zoning and Stormwater Management, and increase the contract amount by $22,700,

resulting in an amended contract total of $192,700, an increase of 13.35%. Due to

miscommunication, these departments weren’t included in the original purchase order.

E. TE-CO-0003-20 TE-P-0097A-16 - Amendment to Resolution TE-P-0097-16 (County

Contract 1692-0001-SERV), issued to Canon Solutions America, Inc., for off-site copy

and print services with web-based ordering software configured to DuPage County

copy/print standards, for Information Technology, to increase the contract amount by

$49,200, resulting in an amended contract total of $597,600, an increase of 8.97%. Due

to higher than anticipated print volumes over the course of the contract, it has become

necessary to increase the encumbrance for the remaining months through the end of the

contract on March 31, 2020.

F. 2020-35 Recommendation for the approval of a contract to Beyond Trust Corporation,

for the annual maintenance of RED IM Software, for Information Technology. This

contract covers the period of April 1, 2020 through March 31, 2021, for a contract total

amount of $6,149.60. Exempt from bidding per 55 ILCS 5/5-1022 "Competitive Bids"

(d) IT/Telecom purchases under $35,000.00. RED IM is proprietary software from

Beyond Trust Corporation, therefore support is only offered by this vendor.

G. 2020-36 Recommendation for the approval of a contract to BDO USA, LLP d/b/a BDO

Digital, LLC, for Professional Services to assist with Infrastructure support, for

Information Technology, for a contract total of $24,975. Exempt from bidding per 55

ILCS 5/5-1022 "Competitive Bids" (d) IT/Telecom purchases under $35,000.00. Due to

one staff member resigning and the promotion of another, the server/infrastructure

support team is severely understaffed. Utilizing professional services will ensure that we

can keep the Data Center components, servers, networking, storage area network, etc.,

functioning, patched, and online so that DuPage staff can continue to perform their job

functions in an uninterrupted manner.

7. OLD BUSINESS

8. NEW BUSINESS

9. ADJOURNMENT

DU PAGE COUNTY

TECHNOLOGY COMMITTEE

FINAL SUMMARY

January 14, 2020 Regular Meeting 9:15 AM

ROOM 3500B

421 NORTH COUNTY FARM ROAD

WHEATON, IL 60187

DuPage County Page 1

1. CALL TO ORDER

9:15 AM meeting was called to order by Chairman Greg Hart at 9:26 AM.

Member Kachiroubas moved, seconded by Member Rutledge, to accept Paul Bruckner as a

member of the committee for the purpose of quorum. All ayes. Motion carried.

2. ROLL CALL

PRESENT: Berlin, Bucholz, Grogan, Hart, Henry, Kachiroubas, Rutledge

ABSENT: Chaplin, Healy, Mendrick, Ozog, Selmon

Paul Bruckner was present as a representative for Member Bob Berlin, State's Attorney.

3. CHAIRMAN'S REMARKS - GREG HART

None.

4. PUBLIC COMMENT

None.

5. APPROVAL OF MINUTES

A. Technology Committee - Regular Meeting - Dec 10, 2019 9:15 AM

RESULT: ACCEPTED [UNANIMOUS]

MOVER: Sheila Rutledge, District 6

SECONDER: Chris Kachiroubas, Circuit Court Clerk

AYES: Berlin, Bucholz, Grogan, Hart, Henry, Kachiroubas, Rutledge

ABSENT: Chaplin, Healy, Mendrick, Ozog, Selmon

6. BUDGET TRANSFERS

Member Kachiroubas moved, seconded by Member Rutledge, to combine and approve items 6A

through 6C.

5.A

Packet Pg. 3

Min

ute

s A

ccep

tan

ce:

Min

ute

s o

f Ja

n 1

4, 2

020

9:15

AM

(A

pp

rova

l of

Min

ute

s)

Minutes Technology Committee January 14, 2020

DuPage County Page 2

Member Henry asked about the transfer into the food and beverages line. Don Carlsen, CIO,

responded that it is for a water cooler.

With no further discussion, the item was approved.

A. Budget Transfers -- Budget adjustment total of $11,395 -- $395 from 1100-2900-52100

(IT Equipment - Small Value) and $11,000 from 1100-2900-53020 (Information

Technology Services); $390 to 1100-2900-52200 (Operating Supplies & Materials), $5 to

1100-2900-52210 (Food & Beverages), $2,625 to 1100-2900-53260 (Wireless

Communication Services), $15 to 1100-2900-53510 (Travel Expenses), $240 to 1100-

2900-53800 (Printing), and $8,120 to 1100-2900-53807 (Software Maintenance

Agreements), to cover the purchase of water cooler services, wireless charges, employee

mileage reimbursement for GIS conference, map framing, and annual software

maintenance.

RESULT: APPROVED [UNANIMOUS]

MOVER: Chris Kachiroubas, Circuit Court Clerk

SECONDER: Sheila Rutledge, District 6

AYES: Berlin, Bucholz, Grogan, Hart, Henry, Kachiroubas, Rutledge

ABSENT: Chaplin, Healy, Mendrick, Ozog, Selmon

B. Budget Transfers -- Budget adjustment total of $77,915 from 1000-1110-53807

(Software Maintenance Agreements); $50 to 1000-1110-53500 (Mileage Expense);

$3,800 to 1000-1110-53610 (Instruction & Schooling); $3,000 to 1000-1110-53800

(Printing), $500 to 1000-1110-53801 (Advertising), and $70,565 to 1000-1110-53806

(Software Licensing), to cover the purchase of software required for an ERP upgrade,

additional printing costs, advertising for vacant positions, and for two employees to

attend a SharePoint conference. A COBOL upgrade was needed prior to the upgrade.

RESULT: APPROVED [UNANIMOUS]

MOVER: Chris Kachiroubas, Circuit Court Clerk

SECONDER: Sheila Rutledge, District 6

AYES: Berlin, Bucholz, Grogan, Hart, Henry, Kachiroubas, Rutledge

ABSENT: Chaplin, Healy, Mendrick, Ozog, Selmon

C. Budget Transfers -- Budget adjustment total of $89,400 -- $85,000 from 1000-1110-

53250 (Wired Communication Services) and $4,400 from 1000-1110-53260 (Wireless

Communication Services); $55,300 to 1000-1110-53020 (Information Technology

Services) and $34,100 to 1000-1110-53370 (Repair & Maintenance - Other Equipment),

to cover the cost of staffing coverage due to unanticipated retirement of one employee

and paternity leave for another, and software maintenance budgeted to the incorrect

account.

5.A

Packet Pg. 4

Min

ute

s A

ccep

tan

ce:

Min

ute

s o

f Ja

n 1

4, 2

020

9:15

AM

(A

pp

rova

l of

Min

ute

s)

Minutes Technology Committee January 14, 2020

DuPage County Page 3

RESULT: APPROVED [UNANIMOUS]

MOVER: Chris Kachiroubas, Circuit Court Clerk

SECONDER: Sheila Rutledge, District 6

AYES: Berlin, Bucholz, Grogan, Hart, Henry, Kachiroubas, Rutledge

ABSENT: Chaplin, Healy, Mendrick, Ozog, Selmon

7. PROCUREMENT REQUISITIONS

A. TE-P-0030-20 Recommendation for the approval of a contract purchase order to Telcom

Innovations Group for the procurement of hardware and software maintenance of the

telephone system, voice mail and auxiliary systems. This contract covers the period of

November 1, 2019 through April 30, 2020 for Information Technology, for a contract

total amount of $27,314.35. Exempt from bidding per 55 ILCS 5/5-1022 'Competitive

Bids' (d) IT/Telecom purchases under $35,000.00. This is required to cover the

maintenance on the current phone system up and until the new phone system is in place.

Member Rutledge inquired as to why the start date of this contract is November 1, 2019.

Mr. Carlsen explained that staff was negotiating the price with the vendor and figuring

out how much time was needed for the contract since the new phone system is being

implemented.

RESULT: APPROVED [UNANIMOUS]

MOVER: Robert Grogan, County Auditor

SECONDER: Gwen Henry, Ex-Officio - Treasurer

AYES: Berlin, Bucholz, Grogan, Hart, Henry, Kachiroubas, Rutledge

ABSENT: Chaplin, Healy, Mendrick, Ozog, Selmon

B. 2020-25 Recommendation for the approval of a contract purchase order to

Alphagraphics, Inc. to furnish and deliver printed letterhead and documents for DuPage

County departments, for the period of February 1, 2020 through January 31, 2021, for a

contract total amount of $7,000.00. This is the third and final twelve month renewal per

low quote Q16-248-GV.

RESULT: APPROVED [UNANIMOUS]

MOVER: Chris Kachiroubas, Circuit Court Clerk

SECONDER: Sheila Rutledge, District 6

AYES: Berlin, Bucholz, Grogan, Hart, Henry, Kachiroubas, Rutledge

ABSENT: Chaplin, Healy, Mendrick, Ozog, Selmon

5.A

Packet Pg. 5

Min

ute

s A

ccep

tan

ce:

Min

ute

s o

f Ja

n 1

4, 2

020

9:15

AM

(A

pp

rova

l of

Min

ute

s)

Minutes Technology Committee January 14, 2020

DuPage County Page 4

C. 2020-26 Recommendation for the approval of a contract issued to ESRI (Environmental

Systems Research Institute) for the purchase of up to four (4) ArcGIS Enterprise

Standard Cores licenses and maintenance, for Information Technology - GIS Division,

for a contract total amount of $22,000.00. Exempt from bidding per 55 ILCS 5/5-1022

"Competitive Bids" (c) not suitable for competitive bids - Sole Source. ESRI is the sole

manufacturer of this software and maintenance.

RESULT: APPROVED [UNANIMOUS]

MOVER: Chris Kachiroubas, Circuit Court Clerk

SECONDER: Sheila Rutledge, District 6

AYES: Berlin, Bucholz, Grogan, Hart, Henry, Kachiroubas, Rutledge

ABSENT: Chaplin, Healy, Mendrick, Ozog, Selmon

8. OLD BUSINESS

None.

9. NEW BUSINESS

None.

10. ADJOURNMENT

With no further business, the meeting was adjourned.

5.A

Packet Pg. 6

Min

ute

s A

ccep

tan

ce:

Min

ute

s o

f Ja

n 1

4, 2

020

9:15

AM

(A

pp

rova

l of

Min

ute

s)

Requisition 25k and over

TE-P-0042-20

AWARDING RESOLUTION

ISSUED TO IMAGING SYSTEMS, INC. D/B/A IDT

FOR CAPSYS AND ONBASE UPGRADE

AND SERVER MIGRATION

(CONTRACT TOTAL AMOUNT: $68,825.00)

WHEREAS, an agreement has been negotiated in accordance with County Board policy;

and

WHEREAS, the Technology Committee recommends County Board approval for Capsys

and OnBase upgrades and server migration, and for the purchase for four (4) scanners to be used

in various departments for scanning documents to OnBase, for Information Technology.

NOW, THEREFORE BE IT RESOLVED, that County Contract covering said, for

Capsys and OnBase upgrades and server migration, and for the purchase for four (4) scanners to

be used in various departments for scanning documents to OnBase, for Information Technology,

be, and it is hereby approved for issuance of a contract purchase order by the Procurement

Division to Imaging Systems, Inc. D/B/A IDT, 1009 W. Hawthorn Drive, Itasca, Illinois, 60143,

for a contract total amount of $68,825.00. Exempt from bidding per 55 ILCS 5/5-1022

“Competitive Bids” (c) not suitable for competitive bids - Sole Source.

Enacted and approved this 28th day of January, 2020 at Wheaton, Illinois.

________________________________

DANIEL J. CRONIN, CHAIRMAN

DU PAGE COUNTY BOARD

Attest: ___________________________________

JEAN KACZMAREK, COUNTY CLERK

6.A

Packet Pg. 7

Requisition 25k and over

TE-P-0042-20

PROCUREMENT REVIEW CHECKLIST

REQUISITION

This form must accompany all County Purchase Requisitions.

NEW PURCHASE ORDER REQUEST

DATE

SUBMITTED January 7, 2020 CONTRACT TERM

CONTRACT

TOTAL AMOUNT

$68,825.00 REQUESTING

DEPT.

INFORMATION

SYSTEMS

SOLICITATION METHOD FOR SOURCE SELECTION

No Decision Memo Required Sole Source - Attach Sole Source Justification

Sarah Godzicki Completed 01/15/2020 10:52 AM

Wendi Wagner Completed 01/15/2020 10:54 AM

Donald Carlsen Completed 01/21/2020 3:07 PM

Nancy Buckley Completed 01/21/2020 3:37 PM

James McGuire Completed 01/23/2020 3:46 PM

Paul Rafac Completed 01/23/2020 4:30 PM

Nancy Buckley Completed 01/24/2020 1:05 PM

Technology Committee Pending 01/28/2020 9:15 AM

Finance Committee Pending 01/28/2020 8:00 AM

County Board Completed 01/28/2020 10:00 AM

6.A

Packet Pg. 8

t f eo leoz">

Procurement Review ChecklistProcurement Services DivisionThis form must accompany all Purchase Order Requisitions

Attach Required Vendor Ethics Disclosure Statement

Date:

MinuteTraq (lQM2) lD #:

Jan 8,2020

1 6893

Vendon lmaging System, lnc. d/b/a IDT Vendor#:11487ContractTerm:

ContractTotal: s68,825.00

Dept: lnformation Technology Contact: WendiWagner Phone: 630-407-5064AssignedCommittee:

Technology

Description ofProcurement/Scope of Work/Background

I

lProfessional services to upgrade to latest versions of Capsys and OnBase and purchase of four scanners to be used in various

ldepartments for scanning documents into OnBase.

I

s Capsys and OnBase software in many departments for document management. This software was

ndows 2008 servers. Windows 2008 is going out of support by Microsoft, so the software needs to be

Additionally, four of the scanners in use for this product are not compatible with Windows 10 so need toReason forProcurement

lThe County uses Hyland'

loriginally installed on Wi

lmoved to newer servers.

lbe replaced.

FUNDING SOURCE

f, Procurement budgeted

I Budget Transfer (Date) Add'l lnformation

for (FY and budget code(s)): FY20 - 1 000-1 1 1 0-53020; 1 000-1 1 1 0-521 00

DECISION MEMO NOT REQUIRED

I LOWEST RESPONSIBLE QUOTE # or BID # (QUOTE < 525,000, BID > 525,000; attach Tabulation)

I lntergovernmental Agreementff RENEWAL, Enter Bid #

I SOle SOURCE per DuPage County Purchasing Ordinance, Article 4-102(5) (attach Sole Source Justification form)

I pER 55 ILCS 5/5-1022 'Competitive Bids' (d) lT/Telecom ourchases under $35,000.00 [ eublic Utility

f ee n 55 ILCS 5/5-1022'Competitive Bids' (c) not suitable for competitive bidding. Explain below:

DECISION MEMO REQUIRED

I Cooperative Procurement (DPC4-1 07) or Government Joint Purchasing Act Procurement (3011C5525)

n EXPLANAT|ON oF REQUEST FoR PROPoSAL RFP #_ (include Evaluation Summary if applicable)

fl RENEWALOF RFP#

n PROFESSTONAL SERVICES EXCLUDED per DuPage Ordinance (4-108) and 50 ILCS 510/2 (Architects, Engineers and Land Surveyors)

f orHrn PRoFESSIONAL SERVICES (detailvetting process on Decision Memo)

n REQUEST WAIVER OF COUNTY BID RULES (only allowable to statutory Limits)

I orHER THAN LOWEST RESPONSIBILE, BID # _

U';

Rev 1.8

9/1 1 /17

PREPARED BY AND APPROVAL{S) (lnitials Only)

S.JG )an B,2020 t&a,sY I -'f '%aDatePrepared By Date Recommended for Approval Date lT Approval, frequired

REVIEWED BY (lnitials Only)

tAJ I tv T0 >o l-13'laDate

s-2V l4zo(Decision Memos Over 525,000) Date

Chairman's Office

-{Dgci{on.Memos Over S25,ooo) Date

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER

6.A.a

Packet Pg. 9

Att

ach

men

t: ID

T -

Ch

eckl

ist

(T

E-P

-004

2-20

: Im

agin

g S

yste

ms,

Inc.

d/b

/a In

teg

rate

d D

ocu

men

t T

ech

no

log

ies

(ID

T)

- S

yste

m U

pg

rad

e)

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER Rev 1.5 07/13/17

Purchase Requisition Procurement Services Division

Date: Jan 8, 2020

MinuteTraq (IQM2) ID #: 16893

Department Req #:

RFP, Bid or Quote #: attached

Send Purchase Order To:

Vendor: Imaging System, Inc. d/b/a IDT Vendor #: 11487

Attn: Michael Nolfo Email: [email protected]

Address: PO Box 482

City: Itasca State: IL Zip: 60143-0482

Phone: 630-875-1100 Fax: 630-875-1101

Send Invoices To:

Dept: Information Technology Division:

Attn: Sarah Godzicki Email: [email protected]

Address: 421 N. County Farm Road Room:

City: Wheaton State: IL Zip: 60187

Phone: 630-407-5037 Fax: 630-407-5001

Send Payments To:

Vendor: SAME AS ABOVE Vendor #:

Attn: Email:

Address:

City: State: IL Zip:

Phone: Fax:

Ship To:

Dept: Information Technology Division:

Attn: Wendi Wagner Email: [email protected]

Address: 421 N. County Farm Road Room:

City: Wheaton State: IL Zip: 60187

Phone: 630-407-5000 Fax: 630-407-5001

Payment Terms F.O.B. PO 20 Delivery Date Requisitioner

PER 50 ILCS 505/1 Destination Jan 28, 2019 Wendi WagnerUse for Contract Administrator Contract Start Date Contract End Date Use for

PO25 only PO25 only

LN Qty UOMItem Detail

(Product #) Description FY Dept #

Acctg

UnitAcct #

Sub-Accts

and/or Activity #Unit Price Extension

1 1 EA Professional Services for Capsys and OnBase Upgrade & Server Migration per proposal

20 1000 1110 53020 63,825.00 63,825.00

2 4 EA Kodak Alaris INFuse scanner appliance with applied discounts

20 1000 1110 52100 1,250.00 5,000.00

Requisition Total $ 68,825.00Header Comments (these comments will appear on the PO20 and PO25 Purchase Order) :

Special Instructions/Comments to Buyer or Approver (these comments will NOT appear on the Purchase Order) :

User Department Internal Notes (these comments will NOT appear on the Purchase Order) :

6.A.b

Packet Pg. 10

Att

ach

men

t: ID

T -

Pu

rch

ase

Req

uis

itio

n (

TE

-P-0

042-

20 :

Imag

ing

Sys

tem

s, In

c. d

/b/a

Inte

gra

ted

Do

cum

ent

Tec

hn

olo

gie

s (I

DT

) -

Sys

tem

@ JUSTIFICATION FOR SOLE SOURGE

REQUISITION # DEPARTMENT lnformation Technology

MANUFACTURER lmaging Systems, lnc. d/b/a IDT PRODUCT #

DESCRIBE ITEM BEING JUSTIFIED AND ITS FUNCTION:

Upgrade of Hyland Capsys and OnBase and migration to new servers

THIS IS A SOLE SOURCE BECAUSE VENDOR IS:

A sole provider of a licensed or patented good or service

n sote provider of items that are compatible with existing equipment, inventory, systems, programs or services

n sole provider of factory-authorized warranty service

n sote authorized distributor - manufacturer has established territories (e.g. Caterpillar parts) (Please attach lefter fromthe manufacturer)

tr the manufacturer (please detail below or attach information regarding why only this manufacturers product can beused)

n the software manufacturer (and sole maintenance/update provider)

other - lease detail below or

WHAT NECESSARY AND UNIQUE FEATURES DOES THIS VENDOR'S PRODUCT OR SERVICE PROVIDE WHICH ARE NOTAVAILABLE FROM OTHER VENDORS? Please be

HAS THE MARKET BEEN TESTED LATELY LAST I2 ON THE APPLICABILITY OF SOLE SOURCE?

WHAT STEPS WERE TAKEN TO VERIFY THAT THESE FEATURES ARE NOT AVAILABLE ELSEWHERE? WERE OTHERBRANDS/MANUFACTURERS EXAMINED? (Please list other products or services examined - include names & phone numbersof people contacted)

N/A

I IEQ

REQUESTED SOURCE lmaging Systems, lnc. d/b/a IDT CONTACT Michael Nolfo

PHONE 630-875-1 100 WEBSITE www.idt-inc.com

lmaging Systems, lnc. dlbla lntegrated Document Technologies (lDT) is a sole provider

No, this is a proprietary system.

DEPARTMENT APPROVAL DATE P HASING REV]EW DATE

FORM #7607-00805/03/10

Signature on file Signature on file

6.A.c

Packet Pg. 11

Att

ach

men

t: ID

T -

So

le S

ou

rce

(T

E-P

-004

2-20

: Im

agin

g S

yste

ms,

Inc.

d/b

/a In

teg

rate

d D

ocu

men

t T

ech

no

log

ies

(ID

T)

- S

yste

m U

pg

rad

e)

To: DuPage County Procurement

From: Michael Nolfo, President

RE: Sole Source Justification

Date: 11/20/19

Regarding the upcoming CAPSYS CAPTURE & Hyland OnBase software maintenance renewal & systems upgrade project needed for DuPage County: IDT is uniquely positioned to assist and support the county with their upcoming CAPSYS CAPTURE and Hyland OnBase system upgrades and server migration. Only a trained, product certified and authorized business partner for both CAPSYS CAPTURE & Hyland OnBase with direct knowledge of DuPage County’s current systems should provide these services.

IDT is unique in that we are:

The firm that deployed these solutions at DuPage County, giving us intimate knowledge of how these two applications are configured, operate with each other and other line of business systems used by the various the agencies at DuPage County;

The sole authorized support provider for both CAPSYS CAPTURE & OnBase for DuPage County, and thus all work we are contracted to perform for these system upgrades and server migration will fall under the current support coverage through IDT. Any changes, upgrades, system modifications or support services to your existing CAPSYS CAPTURE & Hyland OnBase applications by a non-authorized 3rd party will not be supported under IDT’s current support coverage.

Sincerely,

Michael Nolfo Michael Nolfo

President, IDT

6.A.d

Packet Pg. 12

Att

ach

men

t: ID

T S

ole

So

urc

e L

ette

r (

TE

-P-0

042-

20 :

Imag

ing

Sys

tem

s, In

c. d

/b/a

Inte

gra

ted

Do

cum

ent

Tec

hn

olo

gie

s (I

DT

) -

Sys

tem

Up

gra

de)

Qty Description Hourly Rate Extended Cost

345 IDT Professional Services during Standard Business Hours Only (Performed Remotely) $185 $63,825

Major Project Tasks Include:

Provide user coaching as necessary.

Provide user coaching as necessary.

Assumptions:

DPC will assign an internal project manager who will be responsible for working with IDT's Project Manager and provide IDT access to the necessary I.T. and business resources in a timely fashion.

Perform end-to-end OnBase application testing for (approx. 40) applications deployed for all business Units.

Provide support for Production cutover & Go-live.Update documentation for OnBase Foundation Version Production & Test systems.

Provide instructions on how to uninstall & reinstall the OnBase Web Client for all Agencies.

DPC will provide all necessary Microsoft 2016 O.S. licensing, SQL server Licensing & VM server hardware that will meet the recommended manufacturer's specifications.

The above project is a T&M estimate and is subject to change based on the final agreed SOW.

Install OnBase Foundation software on new WIN 2016 Servers: (2) Production Servers: (1 Application & 1 Web) & (1) Test: (1) Application/Web Server.

Migrate all (49) batch profiles & (46) document types to the new CAPSYS CAPTURE 2019 Production System.

Provide instructions on how to uninstall & reinstall the CAPSYS Web Client for all Agencies.Reconfigure & test scanner connectivity & functionality for all Agencies.Connect & test Document Import Process (DIM) for Coroner's Office.

Family Center: Reinstall Foundation Version of Unity Clients & AppEnabler install files on up to (14) desktops. Reconfigure ApplicationEnabler integration to PAKNET to ensure image enablement works with Foundation version. Test up to 20 Unity Forms for compatibility with Foundation version.Corner's Office: Test document retrievals using the OnBase Web Client (Test CAPSYS Dual Release). Animal Control: Provide an update Foundation Version Web clients to be pushed through Citrix for County & local P.D. access. Test retrievals using OnBase Web Clients for office staff.Treasurers Office: Test document retrievals using OnBase Web Client.

Update the following QSX modules used within the 49 batch profiles and 46 document types as required for the new .net version: Barcode, Image Cleanup, DB Lookup, Set Field, Batch & Field Route and Status Route QSX Modules.

Migrate all OnBase content to a new storage location (to be provided by DPC) on 2016 R2 File Server. IDT assumes DPC will continue to use network attached storage.

SOA: Reinstall Foundation version of Unity Clients on up to 4 desktops. Test current functionality.Clerk's Office: Update Constituency Access Portal functionality. Work with DPC I.T. to upgrade current version and re-point portal to OnBase content as required. Test and configure as necessary Full Batch full text OCR functionality.

Remote "Go Live" support as required.

Hyland OnBase Environment: (Production & Test Systems)

DuPage County CAPSYS & OnBase Upgrade & Server MigrationIntegrated Document Technologies, Inc. (IDT)

1009 Hawthorn DriveItasca, IL 60143

Phone: (630) 875-1100Fax: (630) 875-1101

(949) 542-70971/8/20

DuPage County GovernmentDonald Carlsen

[email protected]

CAPSYS CAPTURE & Hyland OnBase Upgrade & Server Migration ProposalPrepared by: Michael Nolfo, President

Project Description

Assumes DPC is current on all maintenance for CAPSYS and Hyland OnBase software.

Includes: Project Management, status/planning Meetings, software installation, configuration, upgrade & testing services:

Please note CAPSYS utilizes SQL Server (on a separate server) and this should be upgraded to SQL 2016. Please note DPC will be responsible for upgrading SQL Server as part of this project.

Please note Hyland utilizes SQL Server (on a separate server) and this should be upgraded to SQL 2016. Please note DPC will be responsible for upgrading SQL Server as part of this project.

Install CAPSYS CAPTURE V. 2019 on new WIN 2016 Servers: (2) Production Servers: (1 Application & 1 Web) & Test: (1) Application/Web Server.

Update as necessary & test CAPSYS exports to new OnBase Foundation Version.

Perform end-to-end application testing for all CAPSYS 2019 (49) batch profiles & (46) document types.

Project Overview: DPC is required to migrate from their current CAPSYS CAPTURE & Hyland OnBase on premise servers (running O.S. 2008) to a more current Microsoft O.S. V.2016 R2. This Microsoft operating system upgrade necessitates a software upgrade to Hyland Foundation & CAPSYS 2019 (required to support WIN 2016 OS). This upgrade & migration is required for all DPC Agencies currently utilizing the OnBase & CAPSYS systems. IDT recommends that both applications are upgraded and moved in coordination to minimize business disruption.

CAPSYS CAPTURE Environment: (Production & Test Systems)

Update & configure all CAPSYS database lookups to work with V.2019. Lookups are configured for the following agencies: Coroner's office, Treasurers Office, Clerk's Office, Family Center, SOA Office.

Update documentation for CAPSYS 2019 Production & Test systems.Provide support for Production cutover & Go-live.

6.A.e

Packet Pg. 13

Att

ach

men

t: ID

T -

Hyl

and

Cap

sys

Up

gra

des

Qu

ote

(T

E-P

-004

2-20

: Im

agin

g S

yste

ms,

Inc.

d/b

/a In

teg

rate

d D

ocu

men

t T

ech

no

log

ies

(ID

T)

-

Professional Services Subtotal: $63,825

This proposal expires on 1/31/20

All invoices due net 30 day terms.

_______________________________________________ _____________DuPage County Government Date

Professional Services: 30% of all Professional Services will be billed upon receipt of the order ($19,147.50). The remaining professional services will be invoiced as services are rendered on a semi-monthly basis.This order is subject to the contractual terms and conditions outlined in the Purchase Agreement between DuPage County Government and IDT.

This proposal is limited in scope to a CAPSYS & OnBase software upgrade & migration to new server hardware. No new batch profiles, custom lookups, new OCR templates, integrations or changes are included in project scope.

This proposal excludes applicable sales tax, travel, per diem, lodging, phone, fax or other expenses that may be incurred during this project. Expenses will be billed at actual costs incurred by IDT.

DPC will provide a copy of the current database(s) onto the new SQL Servers for IDT to perform necessary configurations and updates.IDT will be provided remote system admin level access to both the existing and new CAPSYS OnBase servers during the duration of this project.DPC will be responsible for performing detailed UAT for each business unit.All IDT services will be performed during standard business hours only (M-F 8 am-5 pm CT). Afterhours or weekend work are subject to a hourly rate of $275.00/hour.

6.A.e

Packet Pg. 14

Att

ach

men

t: ID

T -

Hyl

and

Cap

sys

Up

gra

des

Qu

ote

(T

E-P

-004

2-20

: Im

agin

g S

yste

ms,

Inc.

d/b

/a In

teg

rate

d D

ocu

men

t T

ech

no

log

ies

(ID

T)

-

Qty Description Unit Price Extended Price

Kodak Alaris INfuse Scanner ApplianceYear 1 Per-Unit

CostYear 1 Extended

Cost4 Kodak Alaris INfuse Smart Connected Scanning Solution (First year Annual Fee) $1,500.00 $6,000.00

Includes first 12 months of cloud managed service fees & 3 year AUR service.

4 * Qty 4 Unit Discount on Year 1 Fees -$250.00 -$1,000.00Qty 4 Multi-unit discount offer expires 1/30/20

4 IDT/Kodak Alaris INfuse Qty 4 Incentive Pricing $1,250.00 $5,000.00

4 IDT Professional Services - Installation and Appliance Setup Fees $740.00 $2,960.00

4 IDT discount Professional Services - Installation and Setup Fees -$740.00 -$2,960.00No charge if purchased by 1/30/20

4 Installation Fees Incentive Pricing $0.00 $0.00

First Year Hardware Appliance & Cloud Services Subtotal: $5,000.00

NotesGeneral Terms & Conditions

______________________________________________________________________ _____________DuPage County - Authorized Signature PO # (if required for payment) Date

The above pricing does not include applicable sales tax, which will be included in our invoice.

The above pricing does not include applicable shipping or handling charges, which will be added to our invoice.

Signing below authorizes IDT to purchase all hardware & service listed above on behalf of DuPage County.

This pricing expires on 1/30/20. This proposal contains incentives & special pricing approved for DuPage County and is not valid if the unit quantity is below 4 or purchased after 1/30/20.

Attn: Wendi [email protected]

IDT/ Kodak Alaris INfuse Solution ProposalSubmitted By: Jennifer Olney, Sales and Customer Service Administrator

630-875-1100 x 325

The above pricing does not include applicable travel or expenses. Pre-approved expenses will be billed to DuPage County at actual cost incurred by IDT or its authorized agents.

12/12/19

IDT/Kodak Alaris INfuse IoT Capture Appliance- January 2020 Special Incentives QuoteIntegrated Document Technologies, Inc.

1009 W Hawthorn DriveItasca, IL 60143

Fax: (630) 875-1101DuPage County Government

* Upon receipt of purchase order, IDT will invoice DuPage County a total of $5,000 for Qty (4) INfuse devices with 12 months of bundled managed cloud services, including installation. Upon first year anniversary, DPC will be invoiced $6,000 ($1,500 /each) for the second year of Infuse usage with managed cloud service fees. All invoice payment is due net 30 day terms after IDT processes the purchase order.

6.A.f

Packet Pg. 15

Att

ach

men

t: ID

T -

Ko

dak

Ala

ris

INfu

se Q

uo

te (

TE

-P-0

042-

20 :

Imag

ing

Sys

tem

s, In

c. d

/b/a

Inte

gra

ted

Do

cum

ent

Tec

hn

olo

gie

s (I

DT

) -

Sys

tem

Signature on File

6.A.g

Packet Pg. 16

Att

ach

men

t: ID

T V

end

or

Eth

ics

(T

E-P

-004

2-20

: Im

agin

g S

yste

ms,

Inc.

d/b

/a In

teg

rate

d D

ocu

men

t T

ech

no

log

ies

(ID

T)

- S

yste

m U

pg

rad

e)

Requisition 25k and over

TE-P-0043-20

AWARDING RESOLUTION TO

PARK PLACE TECHNOLOGIES, LLC FOR

SUPPORT ON SERVER EQUIPMENT

(CONTRACT TOTAL AMOUNT $34,395.72)

WHEREAS, an agreement has been negotiated in accordance with County Board policy;

and

WHEREAS, the Technology Committee recommends County Board approval for

issuance of a contract to Park Place Technologies, LLC for post-warranty hardware support for

server equipment, for Information Technology.

NOW, THEREFORE BE IT RESOLVED, that County Requisition, covering said, for

post-warranty hardware support for server equipment for the period of March 1, 2020 through

February 28, 2021, for Information Technology be, and it is hereby approved for issuance of a

contract by the Procurement Division to Park Place Technologies, LLC, 5910 Landerbrook

Drive, Suite 300, Cleveland, Ohio 44114-1573, for a contract total amount of $34,395.72.

Enacted and approved this 28th day of January, 2020 at Wheaton, Illinois.

________________________________

DANIEL J. CRONIN, CHAIRMAN

DU PAGE COUNTY BOARD

Attest: ___________________________________

JEAN KACZMAREK, COUNTY CLERK

6.B

Packet Pg. 17

Requisition 25k and over

TE-P-0043-20

PROCUREMENT REVIEW CHECKLIST

REQUISITION

This form must accompany all County Purchase Requisitions.

NEW PURCHASE ORDER REQUEST

DATE

SUBMITTED January 9, 2020 CONTRACT TERM 03/01/2020 TO 02/28/2021

CONTRACT

TOTAL AMOUNT

$34,395.72 REQUESTING

DEPT.

INFORMATION

SYSTEMS

SOLICITATION METHOD FOR SOURCE SELECTION

No Decision Memo Required Per 55 ILCS 5/5-1022 "Competitive Bids" (d) IT/Telecom

purchases under $35,000

Sarah Godzicki Completed 01/15/2020 11:52 AM

Wendi Wagner Completed 01/15/2020 11:53 AM

Donald Carlsen Completed 01/21/2020 3:06 PM

Nancy Buckley Completed 01/21/2020 3:35 PM

James McGuire Completed 01/23/2020 3:47 PM

Paul Rafac Completed 01/23/2020 4:35 PM

Nancy Buckley Completed 01/24/2020 2:07 PM

Finance Committee Pending 01/28/2020 8:00 AM

Technology Committee Pending 01/28/2020 9:15 AM

County Board Completed 01/28/2020 10:00 AM

6.B

Packet Pg. 18

,la?t f ta>o

Procu rement Review ChecklistProcurement Services DivisionThis form must accompany all Purchase Order Requisitions

Attach Required Vendor Ethics Disclosure Statement

Date:

MinuteTraq (lQM2) lD #:

Jan9,2020

16915

Vendor: Park Place Technologies LLC Vendor#:22218 03/01/201 8 - 02/28/2019ContractTerm:

ContractTotal: 534,395.72

Dept: Park PlaceTechnologies LLC Contact: Wendi Wagner Phone: 630-407-5064AssignedCommittee:

Technology

party in place the manufacturer for post warranty support is

Technologies has local field engineers and a localadd and/or drop systems with no penalty.

Description ofProcurement/Scope of Work/Background

lcontract for post-warranty support on server equipment. Using a 3rd

lu rnoru cost-effective solution for providing on-site service. Park Place

lwarehouse of parts for 4 hour on-site response. We have the ability to

Reason forProcutement

lFunctional server hardwarelwe have immediate accessI

is critical to keep business applications and data up and running, Approving this contract ensures thatto parts and technicians in order to get the malfunctioning equipment back online as soon as possible.

FUNDING SOURCE

I Procurement budgeted

f BudgetTransfer (Date)

for (FY and budget code(s)): FY20 - 1 000-1 1 1 0-53370

Add'l lnformation

DECISION MEMO NOT REQUIRED

I LOWEST RESPONSIBLE QUOTE # or BID # (QUOTE < S25,000, BID > 525,000; attach Tabulation)

I lntergovernmental Agreementfl RENEWAL, Enter Bid #

! SOle SOURCE per DuPage County Purchasing Ordinance, Article 4-102(5) (attach Sole Source Justification form)

X pER 55 lLcS 5/5-1022 'competitive Bids' (d) lTlTelecom purchases under 535,000.00 f eublic utility

! ef n SS ILCS 5/5-1022 'Competitive Bids' (c) not suitable for competitive bidding. Explain below:

DECISION MEMO REQUIRED

f] Cooperative Procurement (DPC4-107) or GovernmentJoint Purchasing Act Procurement (3011C5525)

ff EXPLANATTON oF REQUEST FoR PROPOSAL RFP # (include Evaluation Summary if applicable)

fl RENEWAL OF RFP #

n PROFESSIONAL SERVICES EXCLUDED per DuPage Ordinance (4-108) and 50 ILCS 5 1 0/2 (Architects, Engineers and Land Surveyors)

f] orHen PRoFESSIoNAL sERVlcEs (detail vetting process on Decision Memo)

f] neoursr wAlvER oF couNry BID RULES (only allowable to Statutory Limits)

f] oTHER THAN LOWEST RESPONSIBILE, BID # _

i"-j :ri ', I i, I : ,f sz

Rev 1.8

9/1 1 /17

PREPARED BY AND APPROVAL(S) (lnitials Only)

SJG Jan 15,2020 du*Prepared By Date Recommended for Approval Date

REVIEWED BY (lnitials Only)

AUJ I - )1 -TC,'0 Srr14 ,-a3"ltBuyer Date ProCurdment Officer Date

/ -23-20 &-t I -L*'2o(Decision Memos Over S25,000) Date

Chairman'i Office(Decision Memos Over 525,000) Date

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER

6.B.a

Packet Pg. 19

Att

ach

men

t: P

ark

Pla

ce -

Ch

eckl

ist

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e M

ain

ten

ance

)

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER Rev 1.5 07/13/17

Purchase Requisition Procurement Services Division

Date: Jan 9, 2020

MinuteTraq (IQM2) ID #: 16915

Department Req #:

RFP, Bid or Quote #: 266855-3

Send Purchase Order To:

Vendor: Park Place Technologies LLC Vendor #: 22218

Attn: Robert Hausen Email: [email protected]

Address: 5910 Landerbrook Drive, Suite 300

City: Cleveland State: OH Zip: 44114-1573

Phone: 800-838-3518 x5503244 Fax:

Send Invoices To:

Dept: Information Technology Division:

Attn: Sarah Godzicki Email: [email protected]

Address: 421 N. County Farm Road Room:

City: Wheaton State: IL Zip: 60187

Phone: 630-407-5000 Fax: 630-407-5001

Send Payments To:

Vendor: Park Place Technologies LLC Vendor #: 22218

Attn: Email:

Address: PO Box 78000 - Dept-781156

City: Detroit State: MI Zip: 48278-1156

Phone: Fax:

Ship To:

Dept: Information Technology Division:

Attn: Wendi Wagner Email: [email protected]

Address: 421 N. County Farm Road Room:

City: Wheaton State: IL Zip: 60187

Phone: 630-407-5000 Fax: 630-407-5064

Payment Terms F.O.B. PO 20 Delivery Date Requisitioner

PER 50 ILCS 505/1 DestinationUse for Contract Administrator Contract Start Date Contract End Date Use for

PO25 only March 1, 2019 February 29, 2020 PO25 only

LN Qty UOMItem Detail

(Product #) Description FY Dept #

Acctg

UnitAcct #

Sub-Accts

and/or Activity #Unit Price Extension

1 1 EA Post Warranty Data Center Maintenance and Support per Quote #266855-3

20 1000 1110 53370 34,395.72 34,395.72

Requisition Total $ 34,395.72Header Comments (these comments will appear on the PO20 and PO25 Purchase Order) :

Special Instructions/Comments to Buyer or Approver (these comments will NOT appear on the Purchase Order) :

Please send copy of PO to Sarah Godzicki & Wendi Wagner.

User Department Internal Notes (these comments will NOT appear on the Purchase Order) :

6.B.b

Packet Pg. 20

Att

ach

men

t: P

ark

Pla

ce -

Pu

rch

ase

Req

uis

itio

n (

TE

-P-0

043-

20 :

Par

k P

lace

Tec

hn

olo

gie

s L

LC

- f

or

Har

dw

are

Mai

nte

nan

ce)

ASSET LOCATION #1: 501 N County Farm Rd, Wheaton, IL 60187-3942, United States

LINE OEM DESCRIPTION SERIAL # SLA QTY START END STATUS TOTAL

2.1 Dell SCv2000 ISCSI array 2U, 12x 3.5 - ParkView SupportParkView SupportedHost: Sheriff's Equipment

HW5CND2 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 407.76

2.2 PPT • ParkView Hardware Monitoring ~ Storage Misc: HW5CND2

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

2.3 Dell SCv2000 ISCSI array 2U, 12x 3.5 - ParkView SupportParkView SupportedHost: Sheriff's Equipment

8HLDDH2 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 407.76

2.4 PPT • ParkView Hardware Monitoring ~ Storage Misc: 8HLDDH2

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

2.5 Dell PowerEdge R630 Server - ParkView SupportParkView SupportedHost: Sheriff's Equipment

6P4Z082 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 643.56

2.6 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 6P4Z082

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

2.7 Dell PowerEdge R310 High-performance, 1-socket 1U rack - ParkView SupportParkView Supported

6PY3TR1 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 373.92

2.8 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 6PY3TR1

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

2.9 Dell PowerEdge R720 2S/2U Rack Server - ParkView SupportParkView Supported

71ZRLV1 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 378.60

2.10 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 71ZRLV1

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

2.11 Dell PowerEdge R630 Server - ParkView SupportParkView Supported

7354P22 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 643.56

COMPANY: County of Dupage Dept of IT

ADDRESS: 421 N County Farm Rd, Jack T. Knuepfer BldgWheaton, IL 60187-3978United States

CONTACT: Wendi [email protected]

BILL TO: County of Dupage Dept of IT421 N. County Farm RoadWheaton, IL 60187-3978United States

TERM START: 01-Mar-20

TERMS END: 28-Feb-21

COVERAGE START: 01-Mar-20

BILL FREQUENCY: Full Term Prepaid

PAYMENT TERMS: Net 60

PPT REP: Beau Hankins440.947.5373

[email protected]: USD

SCHEDULE TYPE: Maintenance

AGREEMENT #: D14147M-002

5910 Landerbrook Drive, Suite 300Mayfield Heights, OH 44124United States

Phone: 800.931.3366Fax: 800.531.6303http://www.parkplacetechnologies.com

Page 1 of 13Park Place Technologies LLCRegistration #: 34-1675040

SCHEDULE : 266855-3Pricing valid for 90 days from this date: 09-Jan-20

Schedule For: County of Dupage Dept of IT6.B.c

Packet Pg. 21

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

ASSET LOCATION #1: 501 N County Farm Rd, Wheaton, IL 60187-3942, United States

LINE OEM DESCRIPTION SERIAL # SLA QTY START END STATUS TOTAL

2.12 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 7354P22

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

2.13 Dell PowerEdge R630 Server - ParkView SupportParkView Supported

62HYP22 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 643.56

2.14 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 62HYP22

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

2.15 HP HP MSA2000 Dual I/O, 12 Drive Enclosure (3.5") 3CL841C426 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 124.80

2.16 HP Proliant DL360 G6 - ParkView SupportParkView Supported

MXQ02701T9 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 250.92

2.17 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ02701T9

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

2.18 HP Proliant DL360 G6 - ParkView SupportParkView Supported

MXQ02703ZR 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 250.92

2.19 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ02703ZR

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

2.20 HP HP MSA2000 Dual I/O, 12 Drive Enclosure (3.5") 3CL838C111 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 124.80

2.21 HP HP DL360G5 4M CTO Chassis - ParkView SupportParkView Supported

USE843NGT7 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 212.04

2.22 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE843NGT7

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

2.23 HP StorageWorks 2012i Dual CTRLR MSA 3CL839B262 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 213.36

2.24 HP HP ProLiant DL380 G5 - ParkView SupportParkView Supported

2UX84300DY 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 254.52

2.25 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2UX84300DY

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

2.26 HP Proliant DL380 G5 - ParkView SupportParkView Supported

2UX915006D 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 254.52

2.27 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2UX915006D

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

2.28 HP Proliant DL380 G5 - ParkView SupportParkView Supported

2UX93804YL 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 254.52

2.29 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2UX93804YL

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

Page 2 of 13266855-3

SCHEDULE : 266855-3Pricing valid for 90 days from this date: 09-Jan-20

Schedule For: County of Dupage Dept of IT6.B.c

Packet Pg. 22

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

ASSET LOCATION #1: 501 N County Farm Rd, Wheaton, IL 60187-3942, United States

LINE OEM DESCRIPTION SERIAL # SLA QTY START END STATUS TOTAL

2.30 HP HP MSA2000 Dual I/O, 12 Drive Enclosure (3.5") 3CL841C428 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 124.80

2.31 Dell PowerEdge R720xd - ParkView SupportParkView Supported

9WL0DZ1 7x24x4 1 01-Mar-20 28-Feb-21 Add 718.32

2.32 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 9WL0DZ1

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

ASSET LOCATION #2: 421 N County Farm Rd, Wheaton, IL 60187-3978, United States

LINE OEM DESCRIPTION SERIAL # SLA QTY START END STATUS TOTAL

3.1 HP HP ProLiant DL360p G8 Server - ParkView SupportParkView Supported

MXQ40903D2 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 526.68

3.2 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ40903D2

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.3 HP HP DL380G7 E5620 Base US Svr - ParkView SupportParkView Supported

2M214200ES 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 300.96

3.4 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2M214200ES

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.5 HP HP DL380G5 5160 4G Performance US Svr - ParkView SupportParkView Supported

2UX7220020 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 254.52

3.6 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2UX7220020

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.7 HP HP ProLiant DL380 G5 - ParkView SupportParkView Supported

USE916N2AQ 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 254.52

3.8 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE916N2AQ

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.9 HP HP DL380G7 E5620 Base US Svr - ParkView SupportParkView Supported

2M22140056 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 300.96

3.10 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2M22140056

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.11 HP ProLiant DL380p Gen8 8-SFF Chassis - ParkView SupportParkView Supported

2M24460B9F 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 636.48

Page 3 of 13266855-3

SCHEDULE : 266855-3Pricing valid for 90 days from this date: 09-Jan-20

Schedule For: County of Dupage Dept of IT6.B.c

Packet Pg. 23

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

ASSET LOCATION #2: 421 N County Farm Rd, Wheaton, IL 60187-3978, United States

LINE OEM DESCRIPTION SERIAL # SLA QTY START END STATUS TOTAL

3.12 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2M24460B9F

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.13 HP ProLiant DL580 Gen8 Rackmount (4U) Server - ParkView SupportParkView Supported

MXQ43205PC 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 889.20

3.14 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ43205PC

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.15 HP HP DL160G5 2TB SATA SmartBuy Stor Svr - ParkView SupportParkView Supported

2UX91304WL 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 186.36

3.16 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2UX91304WL

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.17 HP ProLiant DL580 Gen8 Rackmount (4U) Server - ParkView SupportParkView Supported

MXQ43205RV 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 889.20

3.18 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ43205RV

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.19 HP ProLiant ML350p Gen8 SFF Chassis - ParkView SupportParkView Supported

USE442CB36 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 471.72

3.20 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE442CB36

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.21 HP ProLiant DL360 Gen9 8SFF Server - ParkView SupportParkView SupportedHost: DuPage-EC02a

MXQ533044V 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 756.48

3.22 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ533044V

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.23 HP ProLiant DL360 Gen9 8SFF Server - ParkView SupportParkView SupportedHost: DuPage-EM02a

MXQ533044X 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 756.48

3.24 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ533044X

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.25 HP ProLiant DL580 Gen8 Rackmount (4U) Server - ParkView SupportParkView Supported

MXQ43205RX 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 889.20

Page 4 of 13266855-3

SCHEDULE : 266855-3Pricing valid for 90 days from this date: 09-Jan-20

Schedule For: County of Dupage Dept of IT6.B.c

Packet Pg. 24

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

ASSET LOCATION #2: 421 N County Farm Rd, Wheaton, IL 60187-3978, United States

LINE OEM DESCRIPTION SERIAL # SLA QTY START END STATUS TOTAL

3.26 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ43205RX

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.27 HP ProLiant DL360 Gen9 E5-2620v3 SAS US Server - ParkView SupportParkView SupportedHost: DuPage-EC22

MXQ54109PW 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 756.48

3.28 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ54109PW

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.29 HP HP S-Buy DL120G5 X3320 NHP SATA US Svr - ParkView SupportParkView Supported

MX293000AM 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 157.08

3.30 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MX293000AM

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.31 HP StoreEasy 1640 8TB SAS Storage MXQ41906W7 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 314.52

3.32 HP ProLiant DL580 Gen8 Rackmount (4U) Server - ParkView SupportParkView Supported

MXQ43205RW 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 889.20

3.33 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ43205RW

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.34 HP HP ProLiant DL580 G5 - ParkView SupportParkView Supported

USE039N22S 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 332.40

3.35 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE039N22S

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.36 HP HP DL580R07 (E7) CTO Chassis - ParkView SupportParkView Supported

USE3288RTK 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 407.52

3.37 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE3288RTK

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.38 HP ProLiant DL360 Gen9 8SFF Server - ParkView SupportParkView SupportedHost: DuPage-EC01a

MXQ533044T 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 756.48

3.39 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ533044T

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.40 HP Proliant DL380 G7 - ParkView SupportParkView Supported

2M2041006P 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 302.04

3.41 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2M2041006P

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

Page 5 of 13266855-3

SCHEDULE : 266855-3Pricing valid for 90 days from this date: 09-Jan-20

Schedule For: County of Dupage Dept of IT6.B.c

Packet Pg. 25

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

ASSET LOCATION #2: 421 N County Farm Rd, Wheaton, IL 60187-3978, United States

LINE OEM DESCRIPTION SERIAL # SLA QTY START END STATUS TOTAL

3.42 HP HP ProLiant DL380 G5 - ParkView SupportParkView Supported

USE916N2AR 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 254.52

3.43 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE916N2AR

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.44 HP ProLiant DL580 Gen8 Rackmount (4U) Server - ParkView SupportParkView Supported

MXQ446062C 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 889.20

3.45 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ446062C

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.46 HP HP ProLiant DL380 G7 Server - ParkView SupportParkView Supported

USE207VEB1 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 341.88

3.47 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE207VEB1

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.48 HP HP DL580R07 (E7) CTO Chassis - ParkView SupportParkView Supported

USE243KBT9 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 407.52

3.49 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE243KBT9

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.50 HP HP DL580R07 (E7) CTO Chassis - ParkView SupportParkView Supported

USE243KBT8 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 407.52

3.51 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE243KBT8

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.52 HP HP DL580R07 (E7) CTO Chassis - ParkView SupportParkView Supported

USE3288RTJ 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 407.52

3.53 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE3288RTJ

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.54 HP ProLiant DL580 Gen8 Rackmount (4U) Server - ParkView SupportParkView Supported

MXQ4270674 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 889.20

3.55 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ4270674

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.56 HP HP DL380G5 5160 4G Performance US Svr - ParkView SupportParkView Supported

2UX72507H6 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 254.52

3.57 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2UX72507H6

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.58 HP HP DL580R07 (E7) CTO Chassis - ParkView SupportParkView Supported

USE243KBV0 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 407.52

Page 6 of 13266855-3

SCHEDULE : 266855-3Pricing valid for 90 days from this date: 09-Jan-20

Schedule For: County of Dupage Dept of IT6.B.c

Packet Pg. 26

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

ASSET LOCATION #2: 421 N County Farm Rd, Wheaton, IL 60187-3978, United States

LINE OEM DESCRIPTION SERIAL # SLA QTY START END STATUS TOTAL

3.59 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE243KBV0

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.60 HP ProLiant DL580 Gen8 Rackmount (4U) Server - ParkView SupportParkView Supported

MXQ446062B 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 889.20

3.61 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ446062B

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.62 HP HP ProLiant DL580 G7 - ParkView SupportParkView Supported

MXQ123091Q 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 407.52

3.63 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ123091Q

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.64 HP ProLiant DL580 Gen8 Rackmount (4U) Server - ParkView SupportParkView Supported

MXQ44003S2 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 889.20

3.65 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ44003S2

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.66 HP HP ProLiant DL580 G5 E7430 2.13GHz - ParkView SupportParkView Supported

USE919N0QD 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 254.52

3.67 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE919N0QD

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.68 HP ProLiant DL160 Gen9 Hot Plug 8SFF Server - ParkView SupportParkView SupportedHost: ServerERP-22

2M252302DY 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 450.00

3.69 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2M252302DY

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.70 HP ProLiant DL360 Gen9 E5-2620v3 SAS US Server - ParkView SupportParkView SupportedHost: DuPage-EC21

MXQ54109PV 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 756.48

3.71 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ54109PV

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.72 HP ProLiant DL380p Gen8 8-SFF Chassis - ParkView SupportParkView Supported

2M24460B9D 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 636.48

3.73 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2M24460B9D

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

Page 7 of 13266855-3

SCHEDULE : 266855-3Pricing valid for 90 days from this date: 09-Jan-20

Schedule For: County of Dupage Dept of IT6.B.c

Packet Pg. 27

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

ASSET LOCATION #2: 421 N County Farm Rd, Wheaton, IL 60187-3978, United States

LINE OEM DESCRIPTION SERIAL # SLA QTY START END STATUS TOTAL

3.74 HP ProLiant DL580 Gen8 Rackmount (4U) Server - ParkView SupportParkView Supported

MXQ4270673 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 889.20

3.75 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ4270673

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.76 HP HP DL380G7 E5620 Base US Svr - ParkView SupportParkView Supported

2M214200F1 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 300.96

3.77 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2M214200F1

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.78 HP ProLiant DL360 Gen9 8SFF Server - ParkView SupportParkView SupportedHost: DuPage-EM01a

MXQ533044W 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 756.48

3.79 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ533044W

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.80 HP HP DL380G7 E5620 Base US Svr - ParkView SupportParkView Supported

2M214200F0 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 300.96

3.81 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2M214200F0

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.82 HP ProLiant DL580 Gen8 Rackmount (4U) Server - ParkView SupportParkView Supported

MXQ4460629 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 889.20

3.83 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ4460629

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.84 HP HP DL360G5 4M CTO Chassis - ParkView SupportParkView Supported

USE644N1QS 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 212.04

3.85 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE644N1QS

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.86 HP HP StorageWorks P2000 G3 MSA - ParkView SupportParkView Supported

CN8114S461 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 191.76

3.87 PPT • ParkView Hardware Monitoring ~ Storage Misc: CN8114S461

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.88 HP HP ProLiant DL580 G5 - ParkView SupportParkView Supported

USE933N86A 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 332.40

Page 8 of 13266855-3

SCHEDULE : 266855-3Pricing valid for 90 days from this date: 09-Jan-20

Schedule For: County of Dupage Dept of IT6.B.c

Packet Pg. 28

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

ASSET LOCATION #2: 421 N County Farm Rd, Wheaton, IL 60187-3978, United States

LINE OEM DESCRIPTION SERIAL # SLA QTY START END STATUS TOTAL

3.89 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE933N86A

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.90 HP Proliant DL380 G7 - ParkView SupportParkView Supported

2M2041005N 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 302.04

3.91 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2M2041005N

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.92 HP ProLiant DL580 Gen8 Rackmount (4U) Server - ParkView SupportParkView Supported

MXQ44003S1 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 889.20

3.93 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ44003S1

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.94 HP HP DL380G7 E5620 Base US Svr - ParkView SupportParkView Supported

2M214200FG 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 300.96

3.95 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: 2M214200FG

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.96 HP HP DL580R07 (E7) CTO Chassis - ParkView SupportParkView Supported

USE243KBT5 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 407.52

3.97 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE243KBT5

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.98 HP DL360R04 SCSI RED MOD-FX US Chassis - ParkView SupportParkView Supported

USE546N631 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 264.72

3.99 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE546N631

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.100 HP HP ProLiant DL580 G5 E7430 2.13GHz - ParkView SupportParkView Supported

USE919N0QC 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 332.40

3.101 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: USE919N0QC

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.102 HP ProLiant DL580 Gen8 Rackmount (4U) Server - ParkView SupportParkView Supported

MXQ43205RT 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 889.20

3.103 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ43205RT

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.104 HP ProLiant DL360p Gen8 - ParkView SupportParkView Supported

MXQ40309LD 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 526.68

Page 9 of 13266855-3

SCHEDULE : 266855-3Pricing valid for 90 days from this date: 09-Jan-20

Schedule For: County of Dupage Dept of IT6.B.c

Packet Pg. 29

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

ASSET LOCATION #2: 421 N County Farm Rd, Wheaton, IL 60187-3978, United States

LINE OEM DESCRIPTION SERIAL # SLA QTY START END STATUS TOTAL

3.105 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ40309LD

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

3.106 HP ProLiant DL360 Gen9 8SFF Server - ParkView SupportParkView Supported

MXQ625047R 7x24x4 1 01-Mar-20 28-Feb-21 Renewal 756.48

3.107 PPT • ParkView Hardware Monitoring ~ x86 Server Misc: MXQ625047R

7x24x4 1 01-Mar-20 28-Feb-21 Add Included

GRAND TOTAL: 34,395.72

Tax is not included in this quote, but will be listed on the invoice when applicable. If you are exempt, please provide an exemption certificate to avoid being charged sales tax.

Page 10 of 13266855-3

SCHEDULE : 266855-3Pricing valid for 90 days from this date: 09-Jan-20

Schedule For: County of Dupage Dept of IT6.B.c

Packet Pg. 30

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

Hours of service coverage during the day that PPT services are delivered, 9,12, or 24 hours. As noted by second set of numeral(s) in the SLA abbreviation, ex. 7 x 24 x 4, 24 hours.

3) Response TimeThe period of time that begins when the initial call for service has been received and acknowledged by the PPT Contact Center. Service tickets are time stamped for such a determination. PPT will use commercially reasonable efforts to respond. The Customer may choose a Response Time outside of (slower than) the contracted Response Time based on its own business needs. Response time is noted by third set of Alpha/numeric(s) characters in the SLA abbreviation, ex. 7 x 24 x 4, 4 hours.

4) ParkView Hardware MonitoringIn the event of a predictive failure, the response time will be within a commercially reasonable effort to respond and notify the customer of the impending hardware issue.  PPT will schedule a time to resolve the failure (still in a predictive state) at a mutually agreed upon day and time between the customer and PPT.  In the event of an actual failure, PPT will respond within the contracted Response Time as outlined in the above section 3, Response Time.

Please note the Support Level for the contract incident will commence when PPT’s personnel has completed triage and determined the fault is with the contracted equipment and not due to any external issue, i.e. Software.

Transition to Support:

An Onsite and/or Virtual Audit may be held to discuss service delivery, discover any possible problems/risks, and formulate an appropriate plan. This Audit shall be upon mutual agreement between PPT and the Customer.

Work will be performed during the service level hours specified in the Schedule. Purchase of additional Services may be required, or travel expenses and time may be invoiced to you, if you require work completed outside the scope of this SOW.

Service Description:

Park Place Technologies (PPT) will provide support services, and service coordination for the maintenance, repair, and/or up to the replacement of equipment, if applicable, for the equipment listed on Schedule # 266855-3

Park Place will identify the details relating to the Services in the Schedule for maintenance services.The Schedule will also identify locations at which the Services will be provided and the equipment serial number(s) that will receive maintenance service.

What You Can Expect:

PPT will provide and bear both the cost of parts consumed through normal wear and tear, and the cost of labor required to maintain the equipment listed on the attached schedule or as changed by the Customer for the Term of this SOW. PPT shall include replacement parts as necessary to conform with the warranty provisions outlined above. Maintenance parts may be new or refurbished to perform as new. Failed parts containing proprietary data shall remain the Customer’s property; all other failed parts shall become Park Place property upon exchange.

In addition to the contracted level of support as listed above and in the Schedule, PPT offers all our customers access to the PPT Contact Center Help Desk, 24 hours a day, 7 days a week, 365 days a year for the purpose of: • General phone support for the covered hardware • General phone support for the covered operating system • Opening of a support incident • Call status reports

Levels of Support:

1) Coverage Window (Days)Days of service coverage in a week in which the PPT services are delivered, five days (Monday – Friday), or seven days (Sunday – Saturday). As noted by first numeral in the SLA abbreviation, ex. 7 x 24 x 4, seven days.

2) Coverage Window (Hours)

Page 11 of 13266855-3

SCHEDULE : 266855-3Pricing valid for 90 days from this date: 09-Jan-20

Schedule For: County of Dupage Dept of IT6.B.c

Packet Pg. 31

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

• Provide PPT with the serial numbers for all equipment covered under this SOW, as amended from time to time. Lack of serial numbers may impact PPT’s ability to timely respond to a request for service.• Provide PPT with the necessary workspace and access to the equipment listed on the schedule.• Identify and maintain a technical contact to whom PPT may direct general technical information.• Client is responsible to inform PPT of solid state (SSD) and/or self-encrypting (SED) drives utilized in the configuration prior to quoting new, additions, or renewal maintenance agreements. PPT reserves the right to exclude SSD/SED drives from maintenance coverage unless they are identified prior to quoting.

Escalation Procedure:

PPT recognizes that teamwork will be essential to resolving any escalating issues that arise during the course of this agreement. Therefore, PPT will work with you to develop and implement solutions to any problems encountered during the contract term. If PPT encounters any unusual circumstances that prevent normal service from being performed or service levels from being met, or experiences any dissatisfaction or complaints from you, PPT field personnel will immediately escalate the issue to the PPT Operations Manager by the most expedient means and processes available.

Change Management:

Situations may arise that require the scope of the SOW to change. A change can be requested when one of the following elements of the SOW requires alteration: SLA, Equipment Removal, Equipment Addition, Equipment Location, or the Billing Cycle. As these situations arise, the Customer should contact their dedicated account executive to request a contract addendum. This addendum will define the requested changes and the date on which the change will take effect. Once the addendum is signed and accepted, should the change produce a billing impact, PPT will invoice Customer as mutually agreed.

This Statement of Work is based upon acceptance within 30 days of this date. Changes to components, service level, or quantities will require adjustments to the cost above. In that event, a revised SOW will be provided to you.

Ramp Up Period:

Work under this SOW may require a ramp-up period at the initial stage of coverage for PPT to appropriately spare up at the local stocking facility. Such ramp-up period will be 30 days for equipment that is located in the US, Canada, or UK or 45 days for equipment located in all other international locations. All calls for service made during the Ramp Up Period will be on a reasonable effort only.

In the event that a break-fix incident requires firmware support services, PPT will provide reactive firmware support to bring an asset back to its pre-failure state. If an OEM firmware purchase, deployment, or installation is not part of a reactive break-fix event, it is not included under the scope of services. PPT will replace physical components and assets with hardware that contains matching- or latest-compatible firmware revisions to ensure full operability within the customer’s environment.

PPT will implement change management as defined in the Exception Management section of this SOW. An executed contract addendum and/or Purchase Order for additional services will be required before the scope of this SOW is expanded.

Please refer to your Schedule (attached) for your scheduled support. US Phone: 800.343.4654 EMEA & UK Customers: +44 (0) 8082 346735 Canadian Customers: 800.343.4654 Singapore Customers: 800.101.3819 Latin America Customers: 800.343.4654 For additional Toll Free Numbers for your country: https://www.parkplacetechnologies.com/contact-us E-mail: [email protected] Customer Portal: https://centralpark.parkplacetechnologies.com

Customer Responsibilities:

• The Customer is responsible for the security, backup, and reinstallation of their data at all times. PPT accepts no liability for loss of software or data due to hardware failure.

Page 12 of 13266855-3

SCHEDULE : 266855-3Pricing valid for 90 days from this date: 09-Jan-20

Schedule For: County of Dupage Dept of IT6.B.c

Packet Pg. 32

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

Schedule For County of Dupage Dept of IT Pricing valid for 90 days from this date: 09-Jan-20

PARK PLACE • • TECHNOLOGIES

SCHEDULE : 266855-3

This SOW is made pursuant to the parties' existing agreement if effect; if no agreement has been executed between the parties, this SOW is made pursuant to PPT's General Terms and Conditions. http://www.parkplacetechnologies.com/customer-service/terms-and-conditions

Agreed: Agreed:

County of Dupage Dept of IT Park Place Technologies LLC

By Authorized Signature By Authorized Signature

Please return one signed copy of this Statement of Work to:

Park Place Technologies LLC 5910 Landerbrook Drive, Suite 300 Mayfield Heights, OH 44124 United States

266855-3 Page 13 of 13

Signature on File

6.B.c

Packet Pg. 33

Att

ach

men

t: 2

020

Par

k P

lace

Qu

ote

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e

Date: FEDdllBid/Contract/PO #:

Company Name: Park Place Technologies, LLC Company Contact: Robert Hausen

Contact Phone: 800-838-351 B x5503244 contact Email: rhausenqparkplacetech.com

The DuPage County procurement Ordlnance requires the followlng wrltten disclosures prlor to award:

DocuSign Envelope lD: 8A2EF399-D577-40D6-98F5-A2BA92BBBFBB

Continuing

The full text for the county's ethics and procurement'i,rttp;/7wlvw'dupa qecb.orq/Corin tv Board/Pol iiie s/

policies and ordinances are avaitable at:

t hereby acknowledge that I have recelved, have read, and understand there requirements'

Authorizedstsnatur

Printed Name

Title

Date

Hal R, Malstrom

ffi $ffigffi'ff#*;fiff Fr:".?r*?,:ilti"iir.ln*r;il,'*",,n.

A contractor or v€ndor that knowingly violates therc discloture requirements is subject to penaltles whlch may lnclude, but are not limited to'

if,Jimr"iirG canCellation of the c6ntract and posslble disbarment fro'm future county contracts.

Lnan

action committees to g person made butions

NONE (check here) - lf no contributlons have been made

NONE (check here) - tf no contacts have been made

individuals who areor employees in rl

loono,.pient

O"r.ription (e.g. cash, type of item,in- lAmountl/aluekind services, etc.) 1""'-- '" '-'-'

Date Made

l

2. All contractors and vendors who have obtained or are seeking contracts with the co.unty shall disclose the names and contactlnformation of

their tobbvists. "o"nt,

urlj ieprJrlj"iitiili i'"iriir i.ii"ilii]iii"tli,r:...riioi *ii u. rraulng toniact with county:offlcers or emplov.ees in relation to

iii;';ff;J;il6i4 iiiil't'itiiFJiie such disclosure with any chanees that may occur,

whichever is sooner

adjustments

EVP Global Service OPerations

3 .January 2019

Attach additional sheeB if necessary, Sign each sheet and number each Page. Page -*- of -............-...- {total number of pages)

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATERRev 1.1

411 116

Signature on file

6.B.d

Packet Pg. 34

Att

ach

men

t: P

ark

Pla

ce v

end

or

eth

ics

(T

E-P

-004

3-20

: P

ark

Pla

ce T

ech

no

log

ies

LL

C -

fo

r H

ard

war

e M

ain

ten

ance

)

Requisition 25k and over

TE-P-0044-20

AWARDING RESOLUTION TO

CDWG, INC., FOR

MICROSOFT UNIFIED SUPPORT AGREEMENT

(CONTRACT TOTAL AMOUNT: $144,357,42)

WHEREAS, pursuant to the Governmental Joint Purchasing Act, 30 ILCS 525/2 - State

of Illinois as lead joint purchasing agency - Master Contract #CMS 6945110, the County of

DuPage will contract with CDWG, Inc.; and

WHEREAS, the Technology Committee recommends County Board approval for

issuance of a contract purchase order to CDWG, Inc., for the renewal of the Microsoft Unified

Support Agreement for the period of February 1, 2020 through January 31, 2021, for Information

Technology.

NOW, THEREFORE BE IT RESOLVED, that County Requisition, covering said, to

enter into a Microsoft Unified Support Agreement, for the period of February 1, 2020 through

January 31, 2021, for Information Technology be, and it is hereby approved for issuance of a

contract purchase order by the Procurement Division to CDWG, Inc., 230 N. Milwaukee Ave.,

Vernon Hills, IL 60061, for a contract total amount of $144,357.42.

Enacted and approved this 28th day of January, 2020 at Wheaton, Illinois.

________________________________

DANIEL J. CRONIN, CHAIRMAN

DU PAGE COUNTY BOARD

Attest: ___________________________________

JEAN KACZMAREK, COUNTY CLERK

6.C

Packet Pg. 35

Requisition 25k and over

TE-P-0044-20

PROCUREMENT REVIEW CHECKLIST

REQUISITION

This form must accompany all County Purchase Requisitions.

NEW PURCHASE ORDER REQUEST

DATE

SUBMITTED January 14, 2020 CONTRACT TERM 2/1/2020 THROUGH

1/31/2021

CONTRACT

TOTAL AMOUNT

$144,357,42 REQUESTING

DEPT.

INFORMATION

SYSTEMS

SOLICITATION METHOD FOR SOURCE SELECTION

Decision Memo Required Per Cooperative Agreement

Sarah Godzicki Completed 01/15/2020 10:36 AM

Wendi Wagner Completed 01/15/2020 10:48 AM

Donald Carlsen Completed 01/21/2020 3:06 PM

Nancy Buckley Completed 01/21/2020 3:36 PM

James McGuire Completed 01/23/2020 4:33 PM

Paul Rafac Completed 01/23/2020 4:54 PM

Joan Olson Completed 01/24/2020 2:32 PM

Nancy Buckley Completed 01/24/2020 2:34 PM

Finance Committee Pending 01/28/2020 8:00 AM

Technology Committee Pending 01/28/2020 9:15 AM

County Board Completed 01/28/2020 10:00 AM

6.C

Packet Pg. 36

t laglac>ao

Procurement Review ChecklistProcurement Services DivisionThis form must accompany all Purchase Order RequisitionsAttach Required Vendor Ethics Disclosure Statement

Procurement budgeted for (FY and budget code(s)): FY20 - 1000-1 1 10-53020

f] Budget Transfer (Date) Add'l lnformation

Date:

MinuteTraq (lQM2) lD #:

Jan 10,2020

16917

Vendon CDW Government, lnc. Vendor#:10667 Contract 02/01/2020toTerm: 01/31/2021

ContractTotal: s144,357.42

Dept: lnformation Technology Contact: Wendi Wagner Phone: 630-407-5064AssignedCommittee:

Technology

Description ofProcurement/Scope of Work/Background

looorouu, of contract to Microsoft for Unified Support.

I

Reason forProcurement

lThis support agreement provides DuPage County with a dedicated Microsoft Technical Account Manager who will assist us withlresolving technical issues, receiving technical guidance and advice on Microsoft technologies, and obtaining training for those

Itechnologies. lt allows for unlimited support calls with Microsoft for DuPage County lnformation Technology as well as the lT Staff

lat the DuPage County Sheriffs and DuPage County Circuit Clerk's Offices for any issues with the many Microsoft software

Itechnologies the County uses, This agreement allows DuPage County to more fully leverage the technologies that are part of our

lEnterprise Agreement. This support has been invaluable to lT Staff when issues occur and has reduced the time to resolve issues.

FUNDING SOURCE

DECISION MEMO NOT REQUIRED

f] LOWEST RESPONSIBLE QUOTE # or BID # (QUOTE < 525,000, BID > 525,000; attach Tabulation)

f lntergovernmental AgreementI RENEWAL, Enter Bid #

f SOlf SOURCE per DuPage County Purchasing Ordinance, Article 4-102(5) (attach Sole Source Justification form)

f nf n 55 ILCS 5/5-1022 'Competitive Bids' (d) lTlTelecom purchases under 535,000.00 [ Rublic Utility

f ef n 55 ILCS 5/5-1022 'Competitive Bids' (c) not suitable for competitive bidding. Explain below:

DECISION MEMO REQUIRED

ffi Cooperative Procurement (DPC4-107) or Government Joint Purchasing Act Procurement (3011C5525)

I Under Government Joint Purchasing Act (3011CS525) select one below

State of lllinois - Master Contracts # CMS69451 10

f]EXPLANATloNoFREQUEsTFoRPRoPosALRFP#-(includeEvaluationSummaryifapplicable)T RENEWAL OF RFP #

! enOfESS|ONAL SERVICES EXCLUDED per DuPage Ordinance (4-108) and 50 ILCS 510i2 (Architects, Engineers and Land Surveyors)

! orHrn PRoFESSIONAL SERVICES (detail vetting process on Decision Memo)

E REQUEST WAIVER OF COUNTY BID RULES (only allowable to Statutory Limits)

f] orHER THAN LOWEST RESPONS|BTLE, BID #

Rev 1.8

9/11/17

PREPARED BY AND APPROVAL(S) (lnitials

Jan 1 5, 2020Date @

5JG

Prepared By Date

REVIEWED BY (lnitials Only)

I -?.3'a.odrv^)Buyer Prdq/err*entoffic6r i ;:,: V{.

/-23 -z b(Decision Memos Over 525,000) (Decision Mbriroi over 525,ooo)

-,*rc.tDate

Date Date

3 lc}o

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER

6.C.a

Packet Pg. 37

Att

ach

men

t: C

DW

G -

Ch

eckl

ist

(M

icro

soft

Un

ifie

d S

up

po

rt)

(T

E-P

-004

4-20

: C

DW

G -

Mic

roso

ft U

nif

ied

Su

pp

ort

Ag

reem

ent)

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER Rev 1.5 07/13/17

Purchase Requisition Procurement Services Division

Date: Jan 10, 2020

MinuteTraq (IQM2) ID #: 16917

Department Req #:

RFP, Bid or Quote #: LDBS145

Send Purchase Order To:

Vendor: CDW Government, Inc. Vendor #: 10667

Attn: Jennifer Lagoni Email: [email protected]

Address: 230 N. Milwaukee Ave.

City: Vernon Hills State: IL Zip: 60061

Phone: 312-705-9093 Fax: 312-705-9193

Send Invoices To:

Dept: Information Technology Division:

Attn: Sarah Godzicki Email: [email protected]

Address: 421 N. County Farm Road Room:

City: Wheaton State: IL Zip: 60187

Phone: 630-407-5000 Fax: 630-407-5001

Send Payments To:

Vendor: CDW Government, Inc. Vendor #: 10667

Attn: Jennifer Lagoni Email: [email protected]

Address: 75 Remittance Drive, Suite 1515

City: Chicago State: IL Zip: 60675

Phone: Fax:

Ship To:

Dept: Information Technology Division:

Attn: Wendi Wagner Email: [email protected]

Address: 421 N. County Farm Road Room:

City: Wheaton State: IL Zip: 60187

Phone: 630-407-5000 Fax: 630-407-5001

Payment Terms F.O.B. PO 20 Delivery Date Requisitioner

PER 50 ILCS 505/1 Destination ASAP Wendi WagnerUse for Contract Administrator Contract Start Date Contract End Date Use for

PO25 only PO25 only

LN Qty UOMItem Detail

(Product #) Description FY Dept #

Acctg

UnitAcct #

Sub-Accts

and/or Activity #Unit Price Extension

1 1 EA 5890451 Microsoft Unified Support 02/01/2020 - 01/31/2021

20 1000 1110 53020 144,357.42 144,357.42

Requisition Total $ 144,357.42Header Comments (these comments will appear on the PO20 and PO25 Purchase Order) :

Special Instructions/Comments to Buyer or Approver (these comments will NOT appear on the Purchase Order) :

Please send copy of PO to Sarah Godzicki and Wendi Wagner.

User Department Internal Notes (these comments will NOT appear on the Purchase Order) :

6.C.b

Packet Pg. 38

Att

ach

men

t: C

DW

G -

Pu

rch

ase

Req

uis

itio

n (

Mic

roso

ft U

nif

ied

Su

pp

ort

) (

TE

-P-0

044-

20 :

CD

WG

- M

icro

soft

Un

ifie

d S

up

po

rt A

gre

emen

t)

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER Rev 1.4 5/30/19

Decision Memo Procurement Services Division This form is required for all Professional Service Contracts over $25,000 and as otherwise required by the Procurement Review Checklist.

Date: Jan 10, 2020

MinuteTraq (IQM2) ID #: 16917

Department Requisition #:

Requesting Department: Information Technology Department Contact: Wendi Wagner

Contact Email: [email protected] Contact Phone: 630-407-5064Vendor Name: CDW Government, Inc. Vendor #: 10667

Action Requested - Identify the action to be taken and the total cost; for instance, approval of new contract, renew contract, increase contract, etc.

Procurement of Microsoft Unified Support contract.

Summary Explanation/Background - Provide an executive summary of the action. Explain why it is necessary and what is to be accomplished.

DuPage County utilizes a number of technologies from Microsoft that serve critical business needs. When there are issues with these technologies it is imperative to get these services functional as soon as possible. By entering into a Unified Support Agreement with Microsoft, IT staff in all of the IT areas of the County are allowed unlimited support calls with top engineers. In addition, DuPage County worked with Microsoft to take into account the Enterprise Agreements that the County, as well as the DuPage County Health Department and the DuPage County Forest Preserve, have with Microsoft. In doing this, the Health Department and Forest Preserve were able to do separate procurements with Microsoft for their own Unified Support contracts. Without adding the numbers from all Enterprise Agreements together, this would have been cost prohibitive for the other agencies. All agencies will then have a Technical Account Manager whom will assist each agency in escalating support calls, as well as provide each agency technical guidance and advice on Microsoft technologies, and obtain training on those technologies. It also allows DuPage County, including the Health Department and Forest Preserve, to more fully leverage the technologies that are part of our Enterprise Agreements with Microsoft.

Strategic ImpactCustomer Service Select one of the six strategic imperatives in the County's Strategic Plan this action will most impact and provide a brief explanation.

By entering into this agreement, DuPage County has direct access to top level technical support at Microsoft. This allows IT to shorten the downtime for staff when accessing Microsoft products and systems.

Source Selection/Vetting Information - Describe method used to select source.

The pricing for Unified Support is covered under the same State of Illinois contract that we use for our Microsoft Enterprise Agreement. When the State went out to bid for the cost of Microsoft Enterprise Agreement licensing, they specified in that bid that local governments, no matter the number of licenses they require, would be offered the same pricing and any additional value addedservices, such as reporting, on-line tracking, etc. as the State. In fact, when the State sent out the bid, they specified that the minimum licensing level would be 100,000 licenses. If the County were to bid on our own, our licensing level is only 2200. CDWG won the State of Illinois' bid and every local government in the State of Illinois that has an Enterprise Agreement with Microsoft utilizes this Master Agreement.

Recommendations/Alternatives - Describe staff recommendation and provide justification. Identify at least 2 other options to accomplish this request.

N/A

6.C.c

Packet Pg. 39

Att

ach

men

t: C

DW

G -

Dec

isio

n M

emo

(M

icro

soft

Un

ifie

d S

up

po

rt)

(T

E-P

-004

4-20

: C

DW

G -

Mic

roso

ft U

nif

ied

Su

pp

ort

Ag

reem

ent)

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER Rev 1.4 5/30/19

Fiscal Impact/Cost Summary - Include projected cost for each fiscal year, approved budget amount and account number, source of funds, and any future funding requirements along with any narrative.

FY 20: $144,357.42 - 1000-1110-53020

6.C.c

Packet Pg. 40

Att

ach

men

t: C

DW

G -

Dec

isio

n M

emo

(M

icro

soft

Un

ifie

d S

up

po

rt)

(T

E-P

-004

4-20

: C

DW

G -

Mic

roso

ft U

nif

ied

Su

pp

ort

Ag

reem

ent)

Page 1 of 1

QUOTE CONFIRMATION

DEAR WENDI WAGNER,

Thank you for considering CDW•G for your computing needs. The details of your quote are below. Click

here to convert your quote to an order.

QUOTE # QUOTE DATE QUOTE REFERENCE CUSTOMER # GRAND TOTAL

LDBS485 12/30/2019 MS- UNIFIED SUPPORT

RENEWAL

0776067 $144,357.42

QUOTE DETAILS

ITEM QTY CDW# UNIT PRICE EXT. PRICE

MS EA UNIFIED SUPPORT 12MO 1 5890541 $144,357.42 $144,357.42

Mfg. Part#: DUPAGECOUNIFIEDSUPPORT-12MO

Electronic distribution - NO MEDIA

Contract: Illinois Microsoft (CMS6945110)

PURCHASER BILLING INFO SUBTOTAL

$144,357.42

Billing Address:

DUPAGE COUNTY

DATA PROCESSING DEPARTMENT

421 N COUNTY FARM RD

WHEATON, IL 60187-3978

Phone: (630) 682-7030

Payment Terms: Net 30 Days-Govt State/Local

SHIPPING

$0.00

SALES TAX

$0.00

GRAND TOTAL

$144,357.42

DELIVER TO Please remit payments to:

Shipping Address:

DUPAGE COUNTY

DATA PROCESSING DEPARTMENT

421 N COUNTY FARM RD

WHEATON, IL 60187-3978

Phone: (630) 682-7030

Shipping Method: ELECTRONIC DISTRIBUTION

CDW Government

75 Remittance Drive

Suite 1515

Chicago, IL 60675-1515

Need Assistance? CDW•G SALES CONTACT INFORMATION

CDWG Account Team - Jen and

Meagan

| (866) 245-8102 | [email protected]

This quote is subject to CDW's Terms and Conditions of Sales and Service Projects at

http://www.cdwg.com/content/terms-conditions/product-sales.aspx

For more information, contact a CDW account manager

© 2020 CDW•G LLC, 200 N. Milwaukee Avenue, Vernon Hills, IL 60061 | 800.808.4239

6.C.d

Packet Pg. 41

Att

ach

men

t: C

DW

Qu

ote

#L

DB

S48

5 (

Mic

roso

ft U

nif

ied

Su

pp

ort

) (

TE

-P-0

044-

20 :

CD

WG

- M

icro

soft

Un

ifie

d S

up

po

rt A

gre

emen

t)

Required Vendor Ethics Disclosure StatementFailure to complete and return this form may result in delay or cancellation of the

County's Contractural Obligation.

Supervisor, Proposals

p31s. '10/l 1/201 9

Bid/Contract/PO #:

Company Name: CDW Government LLC Company Contact: Jennifer Lagoni

Contact Phone: (866) 339-7925 Contact Email: JennandMeagan6cdwg.com

The DuPage County Procurement Ordinance requires the following written disclosures prior to award:

1. Everycontractor,union,orvendorthatisseekingorhaspreviouslyobtainedacontract,changeorderstoone(1)ormorecontracts,ortwo(2) or

more individual contracts with the county resulting in an aggregate amount at or in excess of 525,000, shall provide to Procurement Services

Division a written disclosure of all political campaign contributions made by such contractor, union, or vendor within the current and previous

calendar year to any incumbent county board member, county board chairman, or countywide elected official whose office the contract to be

awarded will benefit, The contractor, union or vendor shall update such disclosure annually during the term of a multi-year contract and prior to

any change order or renewal requiring approval by the county board. For purposes of this disclosure requirement, "contractor or vendor"

includes owners, officers, managers, lobbyists, agents, consultants, bond counsel and underwriters counsel, subcontractors and corporate

entities under the control of the contracting person, and political action committees to which the contracting person has made contributions

fi t'tOl{e lcneck here) - lf no contributions have been made

Recipientloono,.

Description (e.9. cash, type of item, in-kind services, etc.)

Amount/y'alue Date Made

2. All contractors and vendors who have obtained or are seeking contracts with the county shall disclose the names and contact information of

their lobbyists, agents and representatives and all individuals who are or will be having contact with county officers or employees in relation to

the contractor bid and shall update such disclosure with any changes that may occur.

X NoNE (check herel - If no contacts have been made

a are

or will be having contact with county officers or employees in

relation to the contract or bidTelephone Email

A contractor or vendor that knowingly violates these disclosure requirements is subject to penalties which may include, but are not limited to,

the immediate cancellation of the contract and possible disbarment from future county contracts.

Contlnulng dlsclosure ls requlred, and I agree to update thls disclosure form as follows:o lf information changes, within five (5) days of change, or prior to county action, whichever is sooner

. 30 days prior to the optional renewal of any contracto Annualdisclosureformulti-yearcontractsontheanniversaryofsaidcontract. With any request for change order except those issued by the county for administrative adjustments

The full text for the county'3 ethlcs and procurement policies and ordinances are available at:

bltp#rrcww.dupegec0.rgl, nryB

I hereby acknowledge

Authorized Signatule

that I have received, have read, and understand these requirementr'

Matt FloodPrinted Name

Title

Date 10/11/2019

Attachadditional sheetsif necessary,Signeachtheetandnumbereachpage. Page_. 1 .- of ..,, 1 (total numberof pages!

Rev 1.1

4/1 / t6FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER

Signature on file

6.C.e

Packet Pg. 42

Att

ach

men

t: C

DW

G -

Pu

rch

ase

Ven

do

r E

thic

s (M

icro

soft

Un

ifie

d S

up

po

rt)

(T

E-P

-004

4-20

: C

DW

G -

Mic

roso

ft U

nif

ied

Su

pp

ort

Ag

reem

ent)

Change Order with Resolution

TE-CO-0002-20

TE-P-0325A-19

AMENDMENT

TO RESOLUTION TE-P-0325-19

VENDOR AGREEMENT 4238-0001-SERV

ISSUED TO CELLCO PARTNERSHIP D/B/A VERIZON WIRELESS,

FOR CELLULAR AND WIRELESS SERVICES

(INCREASE ENCUMBRANCE $22,700, 13.35%)

WHEREAS, Vendor Agreement 4238-0001-SERV was approved and adopted by the

Technology Committee and County Board on November 12, 2019; and

WHEREAS, the Technology Committee recommends changes as stated in the Change

Order Notice to add a line in the contract for Building and Zoning and Stormwater Management,

and increase the contract amount by $22,700, for Information Technology, resulting in a new

contract total amount of $192,700, an increase of 13.35%.

NOW, THEREFORE BE IT RESOLVED, that the County Board adopts the Change

Order Notice to County Vendor Agreement 4238-0001-SERV, to add a line in the contract for

Building and Zoning and Stormwater Management, and increase the contract amount by

$22,700, issued to Cellco Partnership d/b/a Verizon Wireless, 1515 E. Woodfield Road, Suite

1400, Schaumburg, IL 60173, resulting in a new contract total amount of $192,700, an increase

of 13.35%.

Enacted and approved this 28th day of January, 2020 at Wheaton, Illinois.

________________________________

DANIEL J. CRONIN, CHAIRMAN

DU PAGE COUNTY BOARD

Attest: ___________________________________

JEAN KACZMAREK, COUNTY CLERK

6.D

Packet Pg. 43

t12?,

Request for Change OrderProcurement Services DivisionAttach copies of all prior Change Orders

(A) Were not reasonably foreseeable at the time the contract was signed.

(B) The change is germane to the original contract as signed.

(C) ls in the best interest for the County of DuPage and authorized by law.

f Cancel entire order ! Ctose contract

Date:

MinuteTraq (lQM2) lD #:

! Contract Extension (29 days) f Consent Only

to:

Jan 1 5, 2020

1 6988

f Change budget code from:

I lncrease/Decrease quantity from:_ to:

l-l Price shows: should be:

r---r Decrease remaining encumbrance r-r lncrease encumbranceU and close contract U and close contract ! Decrease encumbrance f, lncrease encumbrance

purchase order#:4238-ooo1-SERV 8lllnlal:fase Dec 1, 201e ChangeOrder#:1 Department: lT

Dept Contactl Wendi WagnerVendor#: 10597Vendor Name: Cellco Partnership d/b/aVerizon Wireless

o add a line and increase the encumbrance for Building & Zoning and Stormwater Management, per the attached

urchase Requisition.

Backgroundand/or Reasonfor ChangeOrder Request:

IN ACCORDANCE WITH 720 ILCS 5/33E.9

INCREASE/DECREASE

51 70,000.00A lStarting contract value

lNet $ change for previous Change OrdersB

s170,000.00lCurrent contract amount (A + B)c

s22,700.00D lAmount of this Change Order fi lncrease ! Decrease

s192,700.00lNew contract amount (C + D)E

13.350/oF lPercent of current contract value this Change Order represents (D / C)

13.35o/oG lCumulative percent of all Change Orders (B+D/A); (60016 maximum on construction contracts)

DECISION MEMO NOT REQUIRED

DECISION MEMO REQUIRED

f-l lncrease (greater than 29 days) contract expiration from:

! lncrease > 52,500.00, or > 10o/o, ofcurrent contract amount f Funding Source

n OTHER - explain below:

to:

{.'S5037

Phone Ext

Jan 16,2020 tltblz"zoPrepared By (lnitials) Phone ExtSJG

Date Recomm Datep

REVIEWED BY (lnitials Only)

l">l -?'0 l->l-La

t -a t -z-o(Decision Memos Over 525,000)

BDDate I DateBuyer

Date DateChairman's Office(Decision Memos Over $25,000)

tdit IJrTHt0Z?-r. ir '..l* jjj':,

Rev 1,7

6/2s/18FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER

6.D.a

Packet Pg. 44

Att

ach

men

t: V

eriz

on

- 4

238-

0001

-SE

RV

- C

han

ge

Ord

er #

1 C

han

ge

ord

er (

TE

-CO

-000

2-20

: V

eriz

on

Wir

eles

s -

4238

-000

1-S

ER

V -

Ch

ang

e O

rder

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER Rev 1.5 07/13/17

Purchase Requisition Procurement Services Division

Date: Jan 15, 2020

MinuteTraq (IQM2) ID #: 16988

Department Req #:

RFP, Bid or Quote #:

Send Purchase Order To:

Vendor: Cellco Partnership d/b/a Verizon Wireless Vendor #: 10597

Attn: Anthony Durpetti Email: [email protected]

Address: 1515 E. Woodfield Road, Suite 1400

City: Schaumburg State: IL Zip: 60173

Phone: 630-800-0768 Fax:

Send Invoices To:

Dept: IT Division:

Attn: Sarah Godzicki Email: [email protected]

Address: 421 N. County Farm Road Room:

City: Wheaton State: IL Zip: 60187

Phone: 630-407-5037 Fax: 630-407-5001

Send Payments To:

Vendor: Cellco Partnership d/b/a Verizon Wireless Vendor #: 10597

Attn: Email:

Address: PO Box 25505

City: Lehigh Valley State: PA Zip: 18002-5502

Phone: Fax:

Ship To:

Dept: IT Division:

Attn: Wendi Wagner Email: [email protected]

Address: 421 N. County Farm Road Room:

City: Wheaton State: IL Zip: 60187

Phone: 630-407-5064 Fax: 630-407-5001

Payment Terms F.O.B. PO 20 Delivery Date Requisitioner

PER 50 ILCS 505/1 DestinationUse for Contract Administrator Contract Start Date Contract End Date Use for

PO25 only Sarah Godzicki Dec 1, 2019 Nov 30, 2020 PO25 only

LN Qty UOMItem Detail

(Product #) Description FY Dept #

Acctg

UnitAcct #

Sub-Accts

and/or Activity #Unit Price Extension

1 1 EA Cellular and Wireless Services 20 1000 1110 53260 165,000.00 165,000.00

2 1 EA Cellular and Wireless Equipment 20 1000 1110 52100 5,000.00 5,000.00

3 1 EA Cellular and Wireless Services - Building and Zoning

20 1100 2810 53260 10,700.00 10,700.00

4 1 EA Cellular and Wireless Services - Stormwater Management

20 1600 3000 53260 12,000.00 12,000.00

Requisition Total $ 192,700.00Header Comments (these comments will appear on the PO20 and PO25 Purchase Order) :

Special Instructions/Comments to Buyer or Approver (these comments will NOT appear on the Purchase Order) :

User Department Internal Notes (these comments will NOT appear on the Purchase Order) :

6.D.b

Packet Pg. 45

Att

ach

men

t: V

eriz

on

- 4

238-

0001

-SE

RV

- C

han

ge

Ord

er #

1 -

Pu

rch

ase

Req

uis

itio

n (

TE

-CO

-000

2-20

: V

eriz

on

Wir

eles

s -

4238

-000

1-S

ER

V -

Change Order with Resolution

TE-CO-0003-20

AMENDMENT

TO RESOLUTION TE-P-0097-16

VENDOR AGREEMENT 1692-0001 SERV

ISSUED TO CANON SOLUTIONS AMERICA, INC., FOR

OFF-SITE COPY AND PRINT SERVICES

(INCREASE ENCUMBRANCE $49,200.00, 8.97%)

WHEREAS, Vendor Agreement 1692-0001-SERV was approved and adopted by the

Technology Committee and County Board on March 8, 2016; and

WHEREAS, the Technology Committee recommends changes as stated in the Change

Order Notice to increase the contract amount by $49,200.00, for Information Technology,

resulting in a new contract total amount of $597,600, an increase of 8.97%.

NOW, THEREFORE BE IT RESOLVED, that the County Board adopts the Change

Order Notice to County Vendor Agreement 1692-0001 SERV, to increase the contract amount

by $49,200.00, issued to Canon Solutions America, Inc., 425 N. Martingale Road, Schaumburg,

IL 60173, resulting in a new contract total amount of $49,200.00, an increase of 8.97%.

Enacted and approved this 28th day of January, 2020 at Wheaton, Illinois.

________________________________

DANIEL J. CRONIN, CHAIRMAN

DU PAGE COUNTY BOARD

Attest: ___________________________________

JEAN KACZMAREK, COUNTY CLERK

6.E

Packet Pg. 46

r/)sbd

Request for Change OrderProcurement Services DivisionAttach copies of all prior Change Orders

(A) Were not reasonably foreseeable at the time the contract was signed.

fl te) rn" change is germane to the original contract as signed.

(C) ls in the best interest for the County of DuPage and authorized by law

[] Cancel entire order ! Close Contract

Date

MinuteTraq (lQM2) lD #:

! Contract Extension (29 days) [ Consent Only

to:

Jan6,2020

16977

I Change budget code from:

f-l lncrease/Decrease quantity from:_ to:

f] Price shows should ber

I ]ff::::::'#aininsencumbrance f jffi:ilX'"e|'.i::i'"'" I Decreaseencumbrance f rncreaseencumbrance

DECISION MEMO REQUIRED

[-l lncrease (greater than 29 days) contract expiration from

I lncrease > 52,500.00, or >'l0o/o, of current contract amount ! Funding Source

I OTHER - explain below:

to:

Purchase Order #: 1 692-0001 SERVOriginal PurchaseOrder Date:

Apr1,2016 ChangeOrder#: 4 Department: lnformation Technology

Dept Contacti Greg 5mithVendor Name: Canon Solutions America, lnc. Vendor#: 10216

Backgroundand/or Reasonfor ChangeOrder Request:

llncreaselAmerica,

lrvzol. o

lrncrease

contract amount to cover costs for the remaining months of the multi-year contract with Canon Solutions

lnc. for off-site copy & print services. This is a four year contract spanning multiple fiscal years (FY1 6 -

ue to higher than anticipated print volumes over the course of the contract, it has become necessary tothe encumbrance for the remaining months through the end of the contract on March 31 ,2020.

IN ACCORDANCE WITH T2O ILCS 5/33E.9

INCREASE/DECREASE

5548,400.00A Starting contract value

50,00B Net S change for previous Change Orders

5548,400.00c Current contract amount (A + B)

$49,200.00D Amount of this Change Order X lncrease f, Decrease

5597,600.00E New contract amount (C + D)

8.97o/oPercent of current contract value this Change Order represents (D / C)F

8.97VoG Cumulative percent of all Change Orders (B+D/A); (60026 maximum on construction contracts)

DECISION MEMO NOT REQUIRED

rc\-( ilt) Mt-Jan 1 5, 20205037

Phone ExtPrepared By (lnitials)5JG

Date neiom m ei&Ifo r Ap prova I (lfi iii a t si Phone Ext

REVIEWED BY (lnitials Only)

l-A) -eoPro&y'emenl Officer

l^W-)o/-2J'20: ,, (Decision Memos Over 525,000)(Decision Memos Over 525,000)

Ir/DateDateuyer

ce

Date Date

N?0 lrn4

! I ;;:i 0e

Rev 1.7

6/2s/18FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER

6.E.a

Packet Pg. 47

Att

ach

men

t: C

ano

n -

169

2-00

01 S

ER

V -

Ch

ang

e O

rder

#4

Ch

eckl

ist-

(T

E-C

O-0

003-

20 :

Can

on

So

luti

on

s -

1692

-000

1-S

ER

V -

Ch

ang

e O

rder

#4)

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER Rev 1.4 5/30/19

Decision Memo Procurement Services Division This form is required for all Professional Service Contracts over $25,000 and as otherwise required by the Procurement Review Checklist.

Date: Jan 7, 2020

MinuteTraq (IQM2) ID #: 16977

Department Requisition #:

Requesting Department: Information Technology Department Contact: Greg Smith

Contact Email: [email protected] Contact Phone: 630.407.5023Vendor Name: Canon Solutions America, Inc. Vendor #: 10216

Action Requested - Identify the action to be taken and the total cost; for instance, approval of new contract, renew contract, increase contract, etc.

Increase contract amount to cover costs for the remaining months of the multi-year contract with Canon Solutions America, Inc. for off-site copy & print services. This is a four year contract spanning multiple fiscal years (FY16 - FY20). Due to higher than anticipated print volumes over the course of the contract, it has become necessary to increase the encumbrance for the remaining months through the end of the contract on March 31, 2020.

Summary Explanation/Background - Provide an executive summary of the action. Explain why it is necessary and what is to be accomplished.

Copy center is an outsourced service where county departments and agencies can submit copy and print requests via a web-based online ordering system. Monthly costs are determined by the number of jobs submitted which varies from month to month and year to year. Annual print volume and cost estimates were based on previous 36 month actuals and were budgeted accordingly. However, the actual print volumes/costs are determined by needs of the departments who utilize copy center services.

Strategic ImpactCustomer Service Select one of the six strategic imperatives in the County's Strategic Plan this action will most impact and provide a brief explanation.

This change order impacts off-site copy & print services with web-based ordering software configured to Du Page County copy/print standards where departments can order a variety of copy and/or printed brochures, posters, fliers, booklets, training manuals, documents and forms at contracted rates that include printing, finishing, shipping and delivery.

Source Selection/Vetting Information - Describe method used to select source.

Contract awarded per low RFP/BID 15-230-LG

Recommendations/Alternatives - Describe staff recommendation and provide justification. Identify at least 2 other options to accomplish this request.

Staff recommends approval of this change order in order to fulfill the remaining four months of the contract.

Fiscal Impact/Cost Summary - Include projected cost for each fiscal year, approved budget amount and account number, source of funds, and any future funding requirements along with any narrative.

Estimated per previous months' print/copy volumes; increase encumbrance as follows through the end of the contract; December 2019 - $10,200.00 January 2020 - $12,000.00 February 2020 - $12,000.00 March 2020 - $15,000.00 Total: FY20 - 1000-1110-53800: $49,200.00

6.E.b

Packet Pg. 48

Att

ach

men

t: C

ano

n -

169

2-00

01 S

ER

V -

Ch

ang

e O

rder

#4

Dec

isio

n M

emo

(T

E-C

O-0

003-

20 :

Can

on

So

luti

on

s -

1692

-000

1-S

ER

V -

Ch

ang

e O

rder

Requisition under 25k dollars

2020-35

6.F

Packet Pg. 49

Requisition under 25k dollars

2020-35

PROCUREMENT REVIEW CHECKLIST

REQUISITION

This form must accompany all County Purchase Requisitions.

NEW PURCHASE ORDER REQUEST

DATE

SUBMITTED January 6, 2020 CONTRACT TERM 04/01/2020 TO 03/31/2021

CONTRACT

TOTAL AMOUNT

$6,149.60 REQUESTING

DEPT.

INFORMATION

SYSTEMS

SOLICITATION METHOD FOR SOURCE SELECTION

Sarah Godzicki Completed 01/15/2020 10:22 AM

Wendi Wagner Completed 01/15/2020 10:54 AM

Donald Carlsen Completed 01/21/2020 3:07 PM

Nancy Buckley Completed 01/21/2020 3:37 PM

James McGuire Completed 01/23/2020 3:57 PM

Paul Rafac Completed 01/23/2020 4:29 PM

Nancy Buckley Completed 01/24/2020 8:53 AM

Technology Committee Pending 01/28/2020 9:15 AM

6.F

Packet Pg. 50

t l?bl)aX)

Procu rement Review ChecklistProcurement Services DivisionThis form must accompany all Purchase Order Requisitions

Attach Required Vendor Ethics Disclosure Statement

X Procurement budgeted for (FY and budget code(s)): FY20 - i 000-1 1 1 0-53807

! Budget Transfer (Date) Add'l lnformation

Date:

MinuteTraq (lQM2) lD #:

JanT,2020

16876

Vendor: Beyond Trust Corporation Vendor#:30497ContractTerm:

04 / 01 /2020 - 03 / 31 /2021ContractTotal: 56,149.60

Dept: lnformation Technology Contact: Wendi Wagner Phone: 630-407-5064AssignedCommittee:

Technology

Description ofProcurement/Scope of Work/Background

I

lAnnual maintenance support for Beyond Trust Bomgar RED lM Suite Software.

I

Reason forProcurement

lThis ,oft*ure is used for Privileged Account Management. Managing privileged accounts is part of the County's lnformation

lSecuritV program.

FUNDING SOURCE

DECISION MEMO NOT REQUIRED

ff LOWEST RESPONSIBLE QUOTE # or BID # (QUOTE < 525,000, BID > $25,000; attach Tabulation)

f lntergovernmental Agreementf] RENEWAL, Enter Bid #

n SOLE SOURCE per DuPage County Purchasing Ordinance, Article 4-102(5) (attach Sole Source Justification form)

X pER 55 ILCS 5/5-1022 'Competitive Bids' (d) lTlTelecom purchases under S35,000.00 f] eublic Utility

PER 55 ILCS 5/5-1022 'Competitive Bids' (c) not suitable for competitive bidding. Explain below:

DECISION MEMO REQUIRED

f Cooperative Procurement (DPC4-1 07) or Government Joint Purchasing Act Procurement (3011CS525)

f] EXPLANATION OF REQUEST FOR PROPOSAL RFP # (include Evaluation Summary if applicable)

f] RENEWAL OF RFP #

n PROFESSIONAL SERVICES EXCLUDED per DuPage Ordinance (4-108) and 50 ILCS 510/2 (Architects, Engineers and Land Surveyors)

! orHrn PRoFESSIONAL SERVICES (detail vetting process on Decision Memo)

E REQUEST WAIVER OF COUNTY BID RULES (only allowable to statutory Limits)

I OTHER THAN LOWEST RESPONSIBILE, BID # _

i"0zUr,1'

Rev 1.8

9/11/17

PREPARED BY AND APPROVAL(S) (lnitials Only)

5JG )an7,2020Prepared By Date Recommended for Approval

REVIEWED BY (lnitials f)nlvl

ilh,l ) )0'I0 s)n44 l-73-&oBuyei Probu/ement Officer Date

/-z -zoFin I Chairman's Office

(Decision Memos Over S25,000)(Decision Memos Over 525,000) Date Date

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER

6.F.a

Packet Pg. 51

Att

ach

men

t: B

eyo

nd

Tru

st -

Ch

eckl

ist

(20

20-3

5 :

Bey

on

d T

rust

Co

rpo

rati

on

fo

r m

ain

ten

ance

ren

ewal

of

RE

D IM

So

ftw

are)

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER Rev 1.5 07/13/17

Purchase Requisition Procurement Services Division

Date: Jan 7, 2020

MinuteTraq (IQM2) ID #: 16876

Department Req #:

RFP, Bid or Quote #: Q-189837-20191229-1233

Send Purchase Order To:

Vendor: Beyond Trust Corporation Vendor #: 30497

Attn: Samantha Bayer Email: [email protected]

Address: 11695 Johns Creek Parkway, Suite 200

City: Johns Creek State: GA Zip: 30097

Phone: 770-407-1885 Fax: 770-407-1949

Send Invoices To:

Dept: Information Technoloyg Division:

Attn: Sarah Godzicki Email: [email protected]

Address: 421 N. County Farm Road Room:

City: Wheaton State: IL Zip: 60187

Phone: 630-407-5000 Fax: 630-407-5001

Send Payments To:

Vendor: Beyond Trust Corporation Vendor #: 30497

Attn: Email:

Address: PO Box 724433

City: Dallas State: TX Zip: 75375-4433

Phone: Fax:

Ship To:

Dept: Information Technology Division:

Attn: Wendi Wagner Email: [email protected]

Address: 421 N. County Farm Road Room:

City: Wheaton State: IL Zip: 60187

Phone: 630-407-5000 Fax: 630-407-5001

Payment Terms F.O.B. PO 20 Delivery Date Requisitioner

PER 50 ILCS 505/1 Destination ASAP Wendi WagnerUse for Contract Administrator Contract Start Date Contract End Date Use for

PO25 only PO25 only

LN Qty UOMItem Detail

(Product #) Description FY Dept #

Acctg

UnitAcct #

Sub-Accts

and/or Activity #Unit Price Extension

1 1 EA Maintenance for RED Suite Core 04/01/2020 to 03/31/2021

19 1000 1110 53807 2,469.60 2,469.60

2 500 EA Maintenance for RED Suite Server Endpoints 04/01/2020 to 03/31/2021

19 1000 1110 53807 7.36 3,680.00

Requisition Total $ 6,149.60Header Comments (these comments will appear on the PO20 and PO25 Purchase Order) :

Special Instructions/Comments to Buyer or Approver (these comments will NOT appear on the Purchase Order) :

Please have PO begin upon approval of committee. Send copy of PO to Wendi Wagner & Sarah Godzicki.

User Department Internal Notes (these comments will NOT appear on the Purchase Order) :

6.F.b

Packet Pg. 52

Att

ach

men

t: B

eyo

nd

Tru

st -

Pu

rch

ase

Req

uis

itio

n (

2020

-35

: B

eyo

nd

Tru

st C

orp

ora

tio

n f

or

mai

nte

nan

ce r

enew

al o

f R

ED

IM S

oft

war

e)

CHECK REMITTANCE ADDRESS:BeyondTrust CorporationPO Box 734433Dallas, TX 75373-4433

Date

December 17, 2019

Renewal Notice #

Q-189837-1

Contact Information

Customer [email protected]

Phone: (855) 551-2834Fax: (866) 522-8704

Renewal Notice

Notice To: Ship To:

Wendi WagnerDuPage County421 N. County Farm RoadWheaton, IL 60187UNITED STATES

Wendi WagnerDuPage County421 N. County Farm RoadWheaton, IL 60187UNITED STATES*Must match shipping address on purchase order (ifapplicable)

Expiration Date: March 31, 2020 Renewal Term: April 1, 2020 - March 31, 2021

Qty SKU Description Ext. Price

1 MAINT-RED_SUITEBASE

Maintenance for RED Suite Core USD 2,469.60

500 MAINT-RED_SUITE_SVRLIC

Maintenance for RED Suite Server Endpoints USD 3,680.00

SUBTOTAL: USD 6,149.60TAXES*: USD 0.00

QUOTE TOTAL: USD 6,149.60

Notes

Payment Method - Pay Online

Click here to make payment arrangements online: Click Here

PLEASE NOTE: Where law allows, we impose a surcharge of 3% on the transaction amount on all credit card products, which is notgreater than our cost of acceptance. We do not surcharge debit cards.

Payment Method - Purchase Order

PO Required:  Yes   or    No  (select one)   {{*PoRequired_es_:signer1:dropdown(options="Yes,No”)}}

{{ PoFile_es_:signer1:attachment:showif(PoRequired=Yes):label("PO") }}

PO Number:  {{ PONumber_es_:signer1:showif(PORequired=Yes) }}

BeyondTrust Corporation11695 Johns Creek Parkway, Suite 200 | Johns Creek, GA 30097

Phone: (770) 407-1800 | Fax: (770) 407-1949Page 1 of 2

6.F.c

Packet Pg. 53

Att

ach

men

t: B

eyo

nd

Tru

st Q

uo

te #

Q-1

8983

7-20

1912

29-1

233

(20

20-3

5 :

Bey

on

d T

rust

Co

rpo

rati

on

fo

r m

ain

ten

ance

ren

ewal

of

RE

D IM

So

ftw

are)

Tax Exemption Status

Tax Exempt:  Yes   or    No  (select one)   {{*TaxExempt_es_:signer1:dropdown(options="Yes,No”)}}

If Tax Exempt, please e-mail your tax exemption certificate to your sales representative and [email protected].

Signature/Authorization

Agreed and Accepted:{{ *N_es_:signer1:fullname }} {{ *Ttl_es_:signer1:title }}

Name Title

{{ Sig_es_:signer1:signature }} {{ Dte_es_:signer:date }}

Signature Date

For information regarding additional payment methods and all other inquiries, please [email protected].

*Customer is responsible for all applicable sales, use, and VAT taxes

BeyondTrust Corporation11695 Johns Creek Parkway, Suite 200 | Johns Creek, GA 30097

Phone: (770) 407-1800 | Fax: (770) 407-1949Page 2 of 2

Wendi Wagner Deputy Chief Information Officer

6.F.c

Packet Pg. 54

Att

ach

men

t: B

eyo

nd

Tru

st Q

uo

te #

Q-1

8983

7-20

1912

29-1

233

(20

20-3

5 :

Bey

on

d T

rust

Co

rpo

rati

on

fo

r m

ain

ten

ance

ren

ewal

of

RE

D IM

So

ftw

are)

Signature on File

6.F.d

Packet Pg. 55

Att

ach

men

t: B

DO

Ven

do

r E

thic

s D

iscl

osu

re (

2020

-35

: B

eyo

nd

Tru

st C

orp

ora

tio

n f

or

mai

nte

nan

ce r

enew

al o

f R

ED

IM S

oft

war

e)

Requisition under 25k dollars

2020-36

6.G

Packet Pg. 56

Requisition under 25k dollars

2020-36

PROCUREMENT REVIEW CHECKLIST

REQUISITION

This form must accompany all County Purchase Requisitions.

NEW PURCHASE ORDER REQUEST

DATE

SUBMITTED January 17, 2020 CONTRACT TERM 02/01/2020 TO 11/30/2020

CONTRACT

TOTAL AMOUNT

$24,975.00 REQUESTING

DEPT.

INFORMATION

SYSTEMS

SOLICITATION METHOD FOR SOURCE SELECTION

Sarah Godzicki Completed 01/21/2020 2:39 PM

Wendi Wagner Completed 01/21/2020 2:44 PM

Donald Carlsen Completed 01/21/2020 3:04 PM

Nancy Buckley Completed 01/23/2020 8:02 AM

James McGuire Completed 01/23/2020 2:30 PM

Paul Rafac Completed 01/23/2020 4:51 PM

Nancy Buckley Completed 01/24/2020 8:55 AM

Technology Committee Pending 01/28/2020 9:15 AM

6.G

Packet Pg. 57

?*I

Procurement Review ChecklistProcurement Services DivisionThis form must accompany all Purchase Order Requisitions

Attach Required Vendor Ethics Disclosure Statement

X Procurement budgeted for (FY and budget code(s)): FY20 - 1000-1 1 10-53020

Date:

MinuteTraq (lQM2) lD #:

Jan 17 ,202O

17002

Vendon BDO UsA LLC Vendor #: 3095 1

Contra(tTerm:

02/01 /2020 - 1 1 /30/2020ContractTotal: 524,975.00

Dept: lnformation TechnologY Contact: Wendi Wagner Phone: 630-407-5064AssignedCommittee:

Technology

of

1."",*.,

Procurement/ for Professional Services to assist with lnfrastructute support'pe of Work/

Eackground

e to one staff mem ber res I nrng a nd he p romot ton of noth er the server/i nfrastructu re SUpport tea m I severely U nderstaffed.

Reason forPlocurement

lizi ng profes sional 5erutce5 will en SU re that WE ca n keep the Data Center components, sefvers, networki ng, storage a rea

etwork, etc,, functionin 9, patche A and on n e so that DuPag staff ca n continu e to pe rform thei T job function s n an

interrupted manner

FUNDING SOURCE

Budget Transfer (Date) Add'l lnformation

fl LowEsT RESPoNSIBLE QUOTE # or 8lD fl (QUorE < s25'000' BID > 525'000; attach ra

! lntergovernmental AgreementTl RENEWAL. Enter 8id and/or PO#U

n SOLE SOURCE per DuPage County Purchasing Ordinance, Article 4- 102(5) (attach Sole Source Justification form)

ffi ef n 55 ILCS 5/5- 1022 'Competitive Bids' (d) lTlTelecom purchases under 535,000.00

f, nen 55 lLcS 5/5-1022 'Competitive Eids' (c) not suitable for competitive bidding' Explain below:

DECISION MEMO NOT REQUIRED

BASIS OF DECISION MEMO (attach Decision Memo)

EXEMPT FROM BIDDING PER ILTINOIS COMPILED STATUTES

f] EXPLANATION OF REQUEST FOR PROPOSAL RFP # (include Evaluation Summary if applicable)

n pRoFEsSlONALSERVICE5EXCLUDEDperDupageordinance(4-108) and50lLcS510/2(Architects,EngineersandLandSurveyors)

! OfHfn PROFESSIONAL SERVICES (detail vetting process on Decision Memo)

I REOUEST WAIVER OF COUNTY 8lD RULES (only allowable to statutory Limits)

T--l OTHER THAN LOWEST RESPONSIBILE, EID #U

nf' .1" 'r

IU) 'i, ,.t.J ? 7 tt'tr fi7I U tirt wv

?.a.

Rev 1 .6

3/2 1 /17

PREPARED BY AND APPROVAL(Sl (lnitials

)an 21 ,2020Recommended for ApProval

5JGDateDate

azL\ z

REVIEWED BY (InitiAIS

1,. jj:L:)"q

-Cgw-_*Date Procrl6fnent Officerl^>-7-ao

Lharrman s untce(Decision Memos Over 525,000)(Decision Memos Over 525,000)

wDate

/'?*3:2"0 ztDateDate

FORM OPTIMIZED FOR ACROEAT AND ADOSE READER VERSION 9 OR LATER

6.G.a

Packet Pg. 58

Att

ach

men

t: B

DO

- C

hec

klis

t (

2020

-36

: P

rocu

rem

ent

to B

DO

Dig

ital

fo

r o

n s

ite

infr

astr

uct

ure

su

pp

ort

)

FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER Rev 1.5 07/13/17

Purchase Requisition Procurement Services Division

Date: Jan 17, 2020

MinuteTraq (IQM2) ID #: 17002

Department Req #:

RFP, Bid or Quote #:

Send Purchase Order To:

Vendor: BDO USA LLC Vendor #: 30951

Attn: Larry Jensen Email: [email protected]

Address: 770 Kenmore, Suite 300

City: Grand Rapids State: MI Zip: 49546

Phone: 630-572-0240 Fax: 630-572-0390

Send Invoices To:

Dept: Information Technology Division:

Attn: Sarah Godzicki Email: [email protected]

Address: 421 N. County Farm Road Room:

City: Wheaton State: IL Zip: 60187

Phone: 630-407-5000 Fax: 630-407-5001

Send Payments To:

Vendor: BDO LLC USA Vendor #: 30951

Attn: Email:

Address: PO Box 642743

City: Pittsburgh State: PA Zip: 15264-2743

Phone: 630-572-0240 Fax: 630-572-0390

Ship To:

Dept: Information Technology Division:

Attn: Wendi Wagner Email: [email protected]

Address: 421 N. County Farm Road Room:

City: Wheaton State: IL Zip: 60187

Phone: 630-407-5000 Fax: 630-407-5001

Payment Terms F.O.B. PO 20 Delivery Date Requisitioner

PER 50 ILCS 505/1 DestinationUse for Contract Administrator Contract Start Date Contract End Date Use for

PO25 only Sarah Godzicki Feb 1, 2020 Nov 30, 2020 PO25 only

LN Qty UOMItem Detail

(Product #) Description FY Dept #

Acctg

UnitAcct #

Sub-Accts

and/or Activity #Unit Price Extension

1 135 EA Professional Services for on site support as specified in SOW

20 1000 1110 53020 185.00 24,975.00

Requisition Total $ 24,975.00Header Comments (these comments will appear on the PO20 and PO25 Purchase Order) :

Special Instructions/Comments to Buyer or Approver (these comments will NOT appear on the Purchase Order) :

Please send copy of PO to Sarah Godzicki & Wendi Wagner.

User Department Internal Notes (these comments will NOT appear on the Purchase Order) :

6.G.b

Packet Pg. 59

Att

ach

men

t: B

DO

- P

urc

has

e R

equ

isit

ion

(20

20-3

6 :

Pro

cure

men

t to

BD

O D

igit

al f

or

on

sit

e in

fras

tru

ctu

re s

up

po

rt)

STATEMENT OF WORK (SOW) DUPAGE COUNTY – INFRASTRUCTURE CONSULTING SERVICES

1/16/2020

SWC Technology Partners

Larry Jensen

6.G.c

Packet Pg. 60

Att

ach

men

t: B

DO

- In

fras

tru

ctu

re C

on

sult

ing

Ser

vice

s -

So

W (

2020

-36

: P

rocu

rem

ent

to B

DO

Dig

ital

fo

r o

n s

ite

infr

astr

uct

ure

su

pp

ort

)

1/16/2020 SWC Technology Partners 2

1 STATEMENT OF WORK

This Statement of Work will be incorporated into the Master Services Agreement with an Effective Date of

August 6, 2010 between SWC Technology Partners, LLC. ("SWC"), and DuPage County (“DuPage”, “Client”).

All terms and conditions of the Services Agreement not modified herein remain in full force and effect for

the Term of the Agreement.

2 BACKGROUND

DuPage requires assistance with upgrade and migration of server infrastructure. SWC will also perform

any configuration adjustments needed to improve or optimize the environment within the allotted time.

3 OBJECTIVES

Key objectives of this project include:

• Consolidate and upgrade in-place domain controllers to Windows Server 2016

• P2V migration of the primary DuPage file server

• Perform other infrastructural work under the direction of DuPage IT

4 SCOPE

The items within the scope of this project are:

• Provide a single consultant for up to 135 hours of time to work under the management and

direction of the customer to complete the stated objectives.

5 OUT OF SCOPE

The items not included in the scope of this project are:

• Project management is the responsibility of the client.

• No deliverables are specifically promised. However, deliverables can be requested within the

allocated hours.

6.G.c

Packet Pg. 61

Att

ach

men

t: B

DO

- In

fras

tru

ctu

re C

on

sult

ing

Ser

vice

s -

So

W (

2020

-36

: P

rocu

rem

ent

to B

DO

Dig

ital

fo

r o

n s

ite

infr

astr

uct

ure

su

pp

ort

)

1/16/2020 SWC Technology Partners 3

6 ESTIMATE

SWC will bill at the following rates for the project:

Infrastructure Role Business Hours Rate

Experienced Infrastructure Consultant $185/hour

The estimated effort to complete this project is 135 hours and the cost estimate is $24,975.

The Project will be conducted on a time and materials basis. Actual hours spent will be billed. SWC will

invoice Client monthly for services performed and approved expenses incurred during the previous

period. Client agrees to pay according to the IL Local Government Prompt Payment Act – 50 ILCS 505.

7 TIMELINE

The project start date has not been defined. SWC will work with Client to develop an acceptable project

schedule and timeline.

8 ASSUMPTIONS & CONTINGENCIES

• All invoices will be paid according to the IL Local Government Prompt Payment Act – 50 ILCS 505.

• Hours worked will be billed monthly.

• This proposal is in effect for thirty days from the date of this letter.

• Access to all existing relevant documents will be provided as needed.

• Access to technical and functional personnel will be made available as required.

• Appropriate access to required systems and services will be granted to SWC staff as needed.

• All work will be completed during normal business hours. After hours work will be billed at 1.5

times the standard billing rate.

• Normal business hours are 8:30 AM to 5:00 PM, Monday through Friday, excluding SWC holidays.

• SWC will conduct high-level testing of the solution; Client will be responsible for testing all

functionality and then report issues to SWC.

• Client is responsible for purchasing all hardware, software and licensing.

• Client will be responsible for all technical support

• Client will assume all production migration responsibility including end user change management

and communications

• Requests for onsite work will require a minimum 1-week lead time.

• Time will be billed in 4-hour minimum increments for remote work, 8 hours for on-site work.

6.G.c

Packet Pg. 62

Att

ach

men

t: B

DO

- In

fras

tru

ctu

re C

on

sult

ing

Ser

vice

s -

So

W (

2020

-36

: P

rocu

rem

ent

to B

DO

Dig

ital

fo

r o

n s

ite

infr

astr

uct

ure

su

pp

ort

)

1/16/2020 SWC Technology Partners 4

• The project will be considered complete once the total cost estimate is reached, 90 days have

passed since the project start date, or when both parties mutually agree that the objective has

been fulfilled, whichever comes first.

9 APPROVAL

In Witness Whereof, the parties hereto have caused this Statement of Work to be executed by their duly

authorized representatives.

DuPage County SWC Technology Partners, LLC.

By: /csig____________________________

Name: /cname____________________________

Title: /ctitle____________________________

Date: /cdate____________________________

By: /ssig____________________________

Name: /sname____________________________

Title: /stitle____________________________

Date: /sdate____________________________

Wendi Wagner

Deputy CIO

01/21/2020

6.G.c

Packet Pg. 63

Att

ach

men

t: B

DO

- In

fras

tru

ctu

re C

on

sult

ing

Ser

vice

s -

So

W (

2020

-36

: P

rocu

rem

ent

to B

DO

Dig

ital

fo

r o

n s

ite

infr

astr

uct

ure

su

pp

ort

)

Signature on File

6.G.d

Packet Pg. 64

Att

ach

men

t: B

DO

Ven

do

r E

thic

s D

iscl

osu

re (

2020

-36

: P

rocu

rem

ent

to B

DO

Dig

ital

fo

r o

n s

ite

infr

astr

uct

ure

su

pp

ort

)