Loading...
HomeMy Public PortalAboutORD14286 BILL NO. 2007-111 • SPONSORED BY COUNCILMAN Layton ORDINANCE NO. Ira 0 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EMBARO FOR IPT TELEPHONE SYSTEM. WHEREAS, Embarq has been selected as the firm best qualified to provide professional services related to the IPT Telephone System project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Embarq is hereby approved as the best qualified firm to provide professional services and its proposal is hereby accepted. Section 2.The Mayor and City Clerk are hereby authorized to execute an agreement with Embarq for IPT Telephone System. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: , 7 Approve S, 2�cO Pr iding Officer Mayor ATTEST: APPR D A O FORM: C, iff ity Cale k City Counselor CONTRACT# Service & Equipment Agreement 07JMLE76YMRK CUSTOMER ADDRESS: BILLING ADDRESS: Name Name City of Jefferson City Cisco Systems Capital -Public Sector Street Address Street Address 320 East McCarty Street ATTN: Key Government Finance,Inc. 1000 South McCaslin Blvd. City State 'LIP City State ZIP Jefferson City MO 65101 Superior CO 80027 Silo Contact Site Contact Phone Billing Contact Billing Telephone No. Terry Stephenson (573)634-6325 Dan Fry (614)718-2719 This Service&Equipment Agreement("Agreement")dated September 18,2007 between Embarq Missouri Inc. ("Embarq")and City of Jefferson City ("Customer")sets forth the terms and conditions for Embarq's provision of certain telecommunications services, equipment,or both to Customer. Customer will pay the contract price as follows: Purchase Price Total Equipment and Installation 5356,201.00 Payment Terms(for Equipment only) Down Payment Due $0.00 Amount Due Upon Delivery of Equipment $0.00 Amount Due Upon Customer Acceptance 1$356,201.00 TERMS AND CONDITIONS Embarq provides the Services and Equipment identified in Embarq's Attachments to this Agreement under the terms and conditions listed on the attached Equipment List or Services List,as applicable,which are incorporated by this reference. References to Uniform Resource Locators(URLs)in this Agreement include any successor URLs designated by Embarq. Customer and Embarq acknowledge that Embarq offered Customer Centurion"Maintenance Service to support the Equipment and Customer dec CUSTOMER INIT4ALS !2/yU'i EMBARQ INITIALS lZ-/T/IP7 AGREED: ! Embarq Missouri Inc. City of Jefferson ity ta,,By: 4L�C By:Printed: �� �p/�e - Printed: •O Y1 L Title: 6.EA1 SALES A46,op Title: Date: 17-16-7107 Date: Address for Notices: Address For Notices(if different from above): 900 Springmill Road Mailstop:OHMANJ0101 Mansfield,OH 44906 And if related to a dispute to: Embarq-Attn:VP,Commercial Law 5454 W.110th Street Overland Park KS 66211 Sales rep:Jan M.Lange Sales rep phone:(573)634-1593 Sales rep fax:(573)634.1607 EQUIPMENT LIST CONTRACT# 07JMLE76YMRK INSTALLATION ADDRESS Name City of Jefferson City Street Address 320 East McCarty Street City State 21P Jefferson City MO 165101 Installation Contact Telephone No. Terry Stephenson 573)634-6325 Quantity Item Description See Attachment A which provides a Bill of Material of all material to be ordered. Embarq provides equipment under the Embarq Standard Terms and Conditions for Communications Services,the Equipment Sales Product Annex,and other applicable annexes based on Customer's selection of specific Services and Equipment,all as posted at www.embarq.com/ratesandconditions. ATTACHMENT A BILL OF MATERIAL Part Number Description Quantity UNIFIED-CM-6.0 Top Level Part For Unified Communications Manager Ordering MCS7825H3-K9-CMB1 Unified CM 6.0 7825-H3 Appliance,0 Seats 2 CAB-AC Power Cord,11 OV 2 CCX-50-CM-BUNDLE 5 Seat CCX ENH CCM Bundle--AVAILABLE ONLY WITH CCM 2 CUOMSM-EVAL-K9 Cisco Unified Operations Mgr And Service Monitor Eval CD 2 uVV-UUI'6,6 rtai' Unified Presence 6.0 Software-available with CCM 2 LIC-CM6.0-7825= License Unified CM 6.0 7825 Appliance, 1,000 seats 2 CON-SNTP-25H3CM61 SMARTNET 24X7X4 Unified CM 6.0 7825-H3 Appliance(1 Yr) 2 CON-ESW-CM BUNDLE ESSENTIAL SW 5 Seat CCX ENH CCM Bndl-AVAILABLE ONLY WITH CCM 1 Yr) 2 CON-ESW-CUP6OK9P ESSENTIAL SW Unified Presence 6.0 sw-available with CCM(1 Yr) 2 CON-SNTP-25H3CMB1 SMARTNET 24X7X4 Unified CM 6.0 7825-H3 Appliance 1 Yr 8 CON-ESW-M607825 ESSENTIAL SW Lic Unified CM 6.0 7825 Appinc 1 K seats 1 Yr 8 CON-ESW-M607825 ESSENTIAL SW Lic Unified CM 6.0 7825 Ap Inc 1 K seats(1 Yr) 2 LIC-CM-DL-500 CallMana er Device License-500 units 1 LIC-CM-DL-100= Cal[Mana er Device License-100 units 3 UNITYCN2-BUNDLE Unity Connection 2.x SW plus HW Bundle 1 UNITYCN2-K9 Unity Connection 2.x Software 1 UNITYCN2-2000SR Unity Connection,200 users,16 poft 1 UNITYCN2-ADV-USR One Unity Cxn Advanced Option-ASR,TTS, 200 UCSS-UNITYCN UCSS for Unity Connection 1 UCSS-UCN-3-100 Unity Connection UCSS three year 100 pack 2 MCS-7835H2-K9-UCA1 7835-H2 Unity Connection 2.x Appliance 1 UNITY-PWR-US Power Cord-US,Can,Max,PR,Phil,Van,Tai,Col,Ecu 1 C0N-SNTP-35H2UCA1 SMARTNET 24X7X4 7835-H2 Unity Connection 2.x Appliance(1 Yr) 1 CON-ESW-NITYCN2K9 ESSENTIAL SW Unity Cnctn 2.x sw(1 Yr) 1 CON-ESW-UNITYCN2 ESSENTIAL SW Unity Cnctn 200 users 16 prts 1 Yr 1 CON-ESW-NITYCN2K9 ESSENTIAL SW Unity Cnctn 2.x sw 1 Yr 4 CON-ESW-UNITYCN2 ESSENTIAL SW Unity Cnctn 200 users 16 prts(1 Yr) 4 C0N-SNTP-35H2UCA1 SMARTNET 24X7X4 7835-H2 Unity Connection 2.x Appliance(1 Yr) 4 UCSS-UCM-3-100= UCSS for UCM for Three Years-100 seats 2 UCSS-UCM-3-10= UCSS for UCM for Three Years-10 scats 1 WS-C4506 Catalyst 4500 Chassis 1�Slot),fan,no pls 1 Catalyst 4500 280OW AC Power Supply(Data and PoE) 1 !PWR-C45-2800ACV/2 Catalyst 4500 280OW AC Power Supply(Data and PoE) 1 CAB-AC-280OW-TWLK U.S.Power Cord,Twist Lock,NEMA 6-20 Plug 2 WS-X4516-10GE Catalyst 4500 SupervisorV-10GE,2x10GE(X2)and 4x1GE(SFP)_ 1 S45ESK942240SG Cisco CAT4500 IOS ENTERPRISE SERVICES SSH 1 WS-X4506-G8_-T Catalyst 4500 6-Port 10/100/1000 PoE or SFP(Optional) _ 1 WS-X4524-GB-RJ45V Catalyst 4500 PoE 802.3af 10/10011000 24-ports(RJ45) 1 WS-X4548-GB-RJ45V Catalyst 4500 PoE 802.3af 10/100/1000,48-Ports(RJ45) 2 GLC-LH-SM GE SFP,LC connector LX/LH transceiver 6 X2-10GB-LR 10GBASE-LR X2 Module 1 CON-SNTP-WS-C4506 24x7x4 Svc^for Catalyst 45_06R Series Modular Switch(1 Yr) 1 LON-SNTP-WS-C4506 - 24x7x4 vc^or Catalyst 4506R Series Modular Switch_ r 4 WS-C4506 a a ys assis - of,an,no p s 1 PWR-C45-2800ACV Catalyst 4bOO 28UOW ower upp y a s an o 1 PWR-C45-2800ACV/2 Cataly 3, ower_upp y a a and POE:) _ 1 CAB-AC-280OW-TWLK U.S.Power Cord,Twist Lock,NEMA 6-20 Plug _ 2 WS-X4516-10GE Catalyst 4500 Supervisor V-1 OGE,2x10GE(X2)and 4x1 GE(S FP) 1 S451PBK9-12240SG Cisco CAT4500 IOS IP BASE SSH _ 1 WS-X4506-GB-T Catalyst 4500 6-Port 10/100/1000 PoE or SFP p Iona _ 1 WS-X4548-GB-RJ45V Catalyst 4500 PoE 802.3af 10/100/1000,48-Ports(RJ45) 3 LX2-1 OGB-LR 1 OGBASE-LR X2 Module 1 CON-SNTP-WS-C4506 24x7x4 Svc/%for uatalySt 4506H benes Moduiar-swi cc r 1 �CON-45NTP-WS-C4506 24x7x4 Svc^for Catalyst 4506R Series Modular SwitchJ1 Yr) _ 4 C2821-VSEC-SRST/1<9 2821 VbEU Bundle w v IH berv,64F/255D EVM-HD-8FXS/DID High density voice/fax extension module-8 FXS/DID - 2 V_WIC2-IMFT-Ti/E1 1-0ort 2nd Gen Multiflex Trunk Voice/WAN Int.Card -Ti/E1 2 CAB-AC Power Cord,11 OV _ _ _ 2 ROUTER-SDM_ - evice manager for routers 828NAISK9-12403 _ --Cisco 2800 ADVANCED IP SERVICES _ FL-SRST-MEDIUM Feat Lic Survivable Remote Site Telephony up to 48 phones___ 2 ;PWR-2821-51-AC - Cisco 2821/51 AC power supply 2 jPVDM2-32 _ 32-Channel Packet Voice/Fax DSP Module 2 x MEM2800-256D-INC 256MB DDR DRAM Memory factory default for the Cisco 2800 - 2 'MEM2800-64CF-INC 64MB CF default for Cisco 2800 Series 2 ATTACHMENT A BILL OF MATERIAL CON-SNTP-2821 SRST _ SNT 24X7X4+SAU 2821 Voice Bundle(1 Yr) 2 CON-SNTP-2821 SRST SNT 24X7X4+SAU 2821 Voice Bundle 1 Yr WS-C3560G-48PS-S Catalyst 3560 48 10/100/1 OOOT PoE+4 SFP+IPB Image 1 GAB-16AWG-AC AC Power cord,16AWG 1 CON-SNT-356OG48S SMARTNET 8X5XNBD Cat 3560 48 10/100/1000T PoE+4 SF(1 Yr) 1 i CON-SNT-3560G48S SMARTNET 8X5XNBD Cat 3560 48 10/100/1000T PoE+4 SF(1 Yr) 4 WS-C356OG-24PS-S Catalyst 3560 24 10/100/1000T PoE+4 SFP+IPB Image 5 CAB-16AWG-AC AC Power cord, 16AWG 5 CON-SNT-3560GPS SMARTNET 8X5XNBD Cat 3560 24 101100/1 OOOT PoE+4 SF(1 Yr) 5 CON-SNT-3560GPS SMARTNET 8X5XNBD Cat 3560 24 10/10011 OOOT PoE+4 SF(1 Yr) 20 GLC-LH-SM= GE SFP,LC connector LX/LH transceiver 6 CISCO2801-SRST/K9 2801 Voice Bundle w/PVDM2-8,FL-SRST-24,SP Serv,64F/256D 6 VIC2-2FXS Two-port Voice Interface Card-FXS 6 VIC2-2FX0 Two-port Voice Interface Card-FXO(Universal) 6 CAB-AC Power Cord.11 OV 6 RQUTEB-SDIVI Device manager for routers 6 MEM2800-64CF-INC 64MB CF default for Cisco 2800 Series 6 MEM2801-128U256D 128 to 256MB SODIMM DRAM factory upgrade for the Cisco 2801 6 S280SPSK9-12403 Cisco 2801 IOS SP SERVICES 6 PWR-2801-AC Cisco 2801 AC power supply 6 FL-SRST-SMALL Feat Lic Survivable Remote Site Telephony up to 24 phones 6 PVDM2.8 8-Channel Packet Voice/Fax DSP Module 6 CON-SNT-C2801 SRS SNT 8X5XNBD+SAU 2801 Voice Bundle 1 Yr 6 CON-SNT-C2801 SRS SNT 8X5XNBD+SAU 2801 Voice Bundle 1 Yr) 24 CP-7961 G-GE= Cisco IP Phone 7961 G-GE,Global,Gig Ethernet,spare 22 CP-7941G-GE= Cisco IP Phone 7941G-GE,Global,Gig Ethernet,spare 147 CP-7906G= Cisco IP Phone 7906G 12 CP-7921G-A-K9= Cisco 7921G FCC;Battery/Power Supply Not Included 10 CP-7921G-SW-K9-A Cisco 7921G Software,FCC 10 CP-BATT-7920-STD= _ Cisco 7920 Battery,Standard 10 CP-DOC-7920-ACCY-E Cisco 7920 Accessory Guide,English_ 10 CP-PWR-7921 G-NA= Cisco 7921 G Power Supply for North America 10 026102R5120003M Corning tfUPlex fibor jumper,sunale mode ST to LC 14 586102R5131003M Cornina aw0ex fiber lumpor,single me ae ST;o SC 3 SPSP PCC6-BLU-5 Patch Cord Cat 6 Blue 5 Foot 60 SP-PCC6-BLU-7 Patch Card Cat 6 Blue 7 Foot 2.64 SP-PCC6-BLU-10 Patch Cord at 6 Blue 10 Foot 50 FINANCE DEPARTMENT • PURCHASING DIVISION SUBJECT: Proposal No. 2357 - VoIP Telephone System ITS Department, Received September 18, 2007 PROPOSALS RECEIVED: Embarq, Jefferson City, MO $ 408,385.59 ISG, Columbia, MO $ 410,702.00 World Wide Technologies, St. Louis, MO $ 446,783.00 AOS, Columbia, MO $ 474,650.84 FISCAL NOTE: The amount listed represents the cost for the base bid and all alternates, City Hall Campus (Police, City Hall and Annex), Option 1 (Miller Street Facilities and Parking Garage), and Option 2 (Hyde Park Facilities). Changes requested to the original proposal reduced the total cost of the Embarq proposal to $356,201.36. The proposal includes a lease option at 0% for five years through Key Leasing Group. Funding will come from each department's telephone budget. PAST PERFORMANCE: Embarq has provided services to the City satisfactorily in the past. Staff believes the vendor will continue to perform satisfactorily. RECOMMENDATION: Staff recommends award of a contract to Embarq of Jefferson City, Missouri with financing through Key Leasing Group (Cisco Capital) at 0%for five years for a total cost of $356,201.36. ATTACHMENTS - SUPPORTING DOCUMENTATION Signature( Pu chasi g AgAt Director, Information Technology Services City of Jefferson,Missouri Tabulation of Bids Proposal Number 2357 Subject: VOIP Telephone System Dept. ITS Embarq ISG World Wide Technologies AOS Date: September 18,2007 Jefferson City MO Columbia MO St.Louis MO Columbia MO page 1 ITEM Est.Qty Unit Price Total Price Unit Price Total Price Unit Price Total Price Total City Hall Campus $340,863.85 $339,887.15 $371,027.30 $383,159.74 Total City Hall w/option one(1) $381,697.11 $385,710.80 $417,048.80 $438,213.14 Total City Hall w/option two(2) $367,552.33 $367,878.35 $400,761.50 $419,597.44 Total Cost with ALL options $410,702.00 $446,783.00 $474,650.84 Monthly lease price-base w/no options annual $68,172.85 $67,977.43 $74,205.46 $76,631.95 Monthly lease price-base with option one(1) jannual $76,339.50 $76,542.16 $83,409.76 $87,642.63 Monthly lease price-base w/option two(2 annual $73,501.55 $73,575.67 $80,152.30 $83,919.49 Monthly lease price-base w/option 182 annual $81,677.20 $82,140.40 $89,356.60 $94,930.17 PURCHASE ORDER ASSIGNMENT ("Assignment") Lessee: City of Jefferson City Lessor: Cisco Systems Capital—Public Sector 320 East McCarty Street ATTN: Key Government Finance,Inc. Jefferson City,MO 65101 1000 South McCashn Blvd. Attn: Bill Bells Superior,CO 80027 Seller: Embarq 3546 North Ten Male Drive Jefferson City,Mo 65109 Attn: Randal R.Collett As of the Effective Date(defined below)of this Assignment.Lessee assigns to Lessor the right to purchase the equipment and pay the fees or charges related to software and services.including Cisco SmartNet services.if applicable(collectively,the"Equipment"),described in the Purchase Agreement or purchase orders("Purchase Orders")issued by Lessee to Seller properly prepared according to the terms of the Purchase Agreement,and identified in the attachment hereto(the"Attachment",incorporated herein by reference),all subject to the terms and conditions,including any discounts.of the Purchase Agreement. For purposes of this Assignment, the term "Purchase Agreement" means the existing written purchase agreement between Seller and Lessee,or in the absence of such a written agreement,it means Seticr's standard terms and conditions of sale. 1. The parties agree that this Assignment has been entered into on the basis that the Equipment will be leased by Lessor to Lessee pursuant to Agreement to Lease Equipment No (the"Lease"). 2. Seller and Lessee agree that Lessee shall be responsible for all obligations and duties under the Purchase Agreement and Lessor's only obligation hereunder is to make payment to Seller pursuant to the terms of the Purchase Agreement and only upon completion by Lessor and Lessee of all required Lease documentation and/or final review and acceptance by Lessee and Lessor of financing terms and conditions and/or verification of delivery, installation and acceptance of the Equipment (as evidenced by Lessee's execution of Lessors form of Delivery and Acceptance Certificate, or other evidence suitable to Lessor, in Lxssur's sole discretion). Upon execution of this Assignment and the Lease by Lessee and Lessor. Lessee shall be obligated to pay Lessor pursuant to the terms of the Lease,and shall be released from the obligation to pay Seller for the Equipment subject to this Assignment and the Lease. If, for whatever reason, the required Lease documents (including any certificate of acceptance)are not executed by Lessee and Lessor within 3 business days prior to the invoice due date defined in the Purchase Agreement and Lessor has not paid for the Equipment, then Lessee agrees that it shall be solely responsible to pay Seller the full invoice price of the Equipment together with any other amounts owing under the Purchase Agreement. If Lessee pays for the Equipment, then the parties agree that Lessor received an invoice front Seller for an order that was not intended by Lessor to be subject to this Assignment,and that title to the Equipment will be deemed to have passed to Lessee pursuant to the Purchase Agreement. 3. Lessor and Seller agree that all rights with respect to warranties,licenses,and service,and all rights under the Purchase Agreement,other than ownership rights,shall be for the benefit of Lessee for the term of the Lease. 4. Seller agrees to waive and discharge any security interest, lien or other encumbrance in or upon the Equipment and agrees to execute such documents as Lessor may request evidencing the release of any such encumbrance and the conveyance of title thereto to Lessor. Seller further agrees that. ,object to Scllres purchase money security interest. free and clear title to the Equipment shall pass to Lessor upon execution of all required Lease documents. 3. No provision of the Assignment shall be deemed to amend or otherwise modify any of the terms and conditions of the Purchase Agreement except insofar as any such provision is specifically superseded by this Assignment. The Purchase Agreement and this Assignment represent the entire understanding of the parties with respect to the purchase of the Equipment.No modifications or additions to this Assignment shall be made unless consented to in writing by all parties hereto. 6- This Assignment shall be governed by and construed in accordance with the laws of the State of Delaware,United States of America,as if performed wholly within the State and without giving effect to principles of conflicts of law. This Assignment constitutes the entire agreement of the parties with respect to the subject matter hereof. The parties have executed this Assignment on the dates set forth below their respeclive signatures.to he effective as of the latest of those dales(the "Effective Date"), Lessee: Ci of e n ty Title: (�EnJ 5kLtiS A<-12- By: i Date: J1.zlo5r r Title: Lessor. 'Y Cii Sfs;e C tal Corporation Date: By: •!'V�f 1� Title: lam. . -- - • .F r"'� e - Seller: Emba Date: By: Zf r 200 2 'Y Paula 1 01 7 ATTACHMENT TO PURCHASE ORDER ASSIGNMENT between Cisco Systems Capital Corporation,—City of Jefferson City,and Embarq Date: January 18,2008 The obligation to pay Seller under the Purchase Agreement or each Purchase Order properly prepared according to the terms of the Purchase Agreement identified below is assigned to Cisco Systems Capital Corporation pursuant to the terms and conditions of the Assignment referenced above.Unless otherwise expressly set forth herein,capitalized terms used in this,Attachment but not defined herein have the same meanings given those terms in the Assignment. Purchase Agreement or Purchase Order Date of Purchase Agreement or Purchase CSCC Reference No. Order ASP 07JN LE76YMRK January 18,2008 City of Jefferson-01 A Pape 2 01 2