Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2008-056Temp Reso# 11388 May 14, 2008 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2008- 0 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE ACQUISITION OF THE REQUIRED NETWORK AND TELECOMMUNICATIONS EQUIPMENT FROM COLEMAN TECHNOLOGIES / CISCO SYSTEMS, TO INTEGRATE THE NEW IT/UTILITIES BUILDING INTO THE CITY'S TELEPHONE AND DATA NETWORK, UTILIZING STATE OF FLORIDA CONTRACT #250- 000-03-1; AUTHORIZING BUDGET AMENDMENTS FOR PROPER ACCOUNTING PURPOSES; AUTHORIZING AN EXPENDITURE FOR AN AMOUNT NOT TO EXCEED $63,072, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on July 12, 2006, the City Commission of the City of Tamarac, Florida approved Resolution R-2006-135 awarding RFP No. 06-03R, entitled "Design/Build of the Tamarac Public Services Complex Addition" to DiPompeo Construction Corporation for the expansion of the existing Public Service Complex, to include water and wastewater operations, maintenance and administration headquarters, incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, the City Commission of the City of Tamarac intends to provide staff, residents and visitors with a higher level of service through the inclusion of a new facility to house the Information Technology Department Network Operations and Data Center within the Public Services Complex Addition in order to make available a safe, secure and hardened facility providing the city with sustainable technology services in preparation for any disasters or emergencies that might otherwise impair the ability of the city to maintain and provide critical services; and WHEREAS, the new facility to house the Utilities and Information Technology Temp Reso# 11388 May 14, 2008 Page 2 Departments is currently under construction in the Public Services Complex; and WHEREAS, the new facility includes a Network Operations and Data Center to house the City's central network, telecommunications and data processing systems; and WHEREAS, quotations were solicited from State of Florida contractors as required under the terms and conditions of the State of Florida Contract, copies of such quotes are on file with the City's Clerk; and WHEREAS proposals were received from the following contractors with costs as indicated below: Vendor Proposal Amount Coleman Technologies, Inc. $63,071.69 AT&T Communications Systems Southeast $65,524.70 Presidio Networked Solutions $66,897.40 ;and WHEREAS, a turnkey solution proposed by Coleman Technologies - Cisco Systems attached hereto as Exhibit 1 includes all engineering, installation, startup services as well as the necessary hardware and software; and WHEREAS, Coleman Technologies — Cisco Systems provided the most comprehensive solution at the most competitive cost; and WHEREAS, City Code§6-155 allows the waiver of formal contract procedures for all supplies, materials and equipment, that are the subject of contracts with the State; and WHEREAS, the proposed systems and services are available under State of Florida Contract #250-000-03-1; and WHEREAS, the State of Florida awarded Contract #250-000-03-1, which is on file with the City Clerk, to multiple vendors including Cisco Systems; and WHEREAS, on July 18, 2006 the Department of Management Services of the State Temp Reso# 11388 May 14, 2008 Page 3 of Florida issued an Extension Provision for Contract# 250-000-03-1 with a renewed effective date from December 24, 2007 to July 31, 2008 in Memorandum No: (205-000-03- 1)-13, on file with the City Clerk; and WHEREAS, funding for this equipment is available in the Capital Improvement Budget for the Public Services Complex Addition; and WHEREAS, it is the recommendation of the Director of IT that the new Network Operations and Data Center equipment and installation services be purchased from Coleman Technologies — Cisco Systems under State Contract #250-000-03-1 for an amount not to exceed $63,072; and WHEREAS, contracts in excess of $30,000 require approval of the Mayor and City Commission; WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to purchase the Network Operations and Data Center solution proposed by Coleman Technologies — Cisco Systems under State Contract #250-000-03-1. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2: The appropriate City Officials are hereby authorized to purchase Network Operations and Data Center equipment and installation services from Coleman Technologies — Cisco Systems under the State Contract #250-000-03-1 for an amount not to exceed $63,072. SECTION 3: The appropriate City Officials are HEREBY authorized to amend the Capital Improvement Budget for the Public Services Complex Addition in the amount of Temp Reso# 11388 May 14, 2008 Page 4 $63,072 and appropriate said funds including any and all subsequent budgetary transfers to be in accordance with proper accounting standards. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. /����, PASSED, ADOPTED AND APPROVED this ('�-- day of , 2008. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. SA UEL S. GOREN CITY ATTORNEY RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABIS O DIST 1: COMM PORTNER DIST 2: COMM ATKINS-GRAD DIST 3: V/M SULTANOF DIST 4: COMM. DRESSLER qW P- - Coleman Technologies, Inc. 20 North Orange Avenue, Suite 300 Orlando, Florida 32801 Phone: 407.481.8600 Fax:407.650.0999 Email: orders@ctiusa.com Price Quotation Sold to: Ship to: Date: 24-Mar-08 City of Tamarac SAME Quote #: S3005.367 7525 NW 88th Ave By: Sylver A. Fair for Michael Tuttle Tamarac, FL 33321 Phone: (407) 481-8600 ext. 177 Gary Jordan Fax: (407) 650.0999 Phone: (954) 597-3902 garyj@tamarac.org Email: sfair@ctiusa.com Total• $63 071.69 xten e ID Part Number Description QTY Unit Price Price Cisco Direct Pricing 12 Pori S1FP, tritch Catalyst 3750 12 SFP + IPS Image WS-075013-12S-E CAB-STACK-50CM � Cisco StackWise 50CM Stacking Cable CAB -AC Power Cord 110V CON-OSP-375OG12E ONSITE 24X7X4 Cat 3750 12 SFP Enhanced Multila er Im 4$ Port Poi V "."" , , gs WS-C3560-48PS-S Catalyst 3560 48 10 100 PoE + 4 SFP IPB Image CAB -AC Power Cord,110V CON-OSP-356048PS ONSITE 24X7X4 Catalyst 3560 48 10/100 PoE + 4 SFP Standard I 24 Port POE sWifth ' WS-C3560-24PS-S Catalyst 3560 24 10/100 PoE + 2 SFP + IPB Image CAB -AC Power Cord 110V CON-OSP-356024PS ONSITE 24X7X4 Catalyst 3560 24 10/100 PoE + 2 SFP Standard I Manufacturer's Current Lead Time Is 17 Days 1 $6,834.30 $6,834.30 1 $0.00 0.00 1 $0.00 $0.00 1 $3,64539 $3,645.39 1 $3,702.15 3 702.15 1 $0.00 $0.00 1 $1,516.80 $1 516.80 1 $2,163.15 $2,163.15 1 0.00 $0.00 1 $955.701 i $955.70 007 CISCO2821-SRST/K9 2821 Voice Bundle w/ PVDM2-32 FL-SRST-48 SP Sery 64F/256D 1 $3,075.15 $3,075.15 008 VIC2-4FXO Four -port Voice Interface Card - FXO Universal 1 1456.00 $456,00 528NSPSK9-12403 Cisco 2800 SP SERVICES 1 $0.00 $0.00 PWR-2821-51-AC Cisco 2821/51 AC power supply 1 10,00 $0.00 CAB -AC Power Cord, 110V 1 $0.00 $0.00 FL-SRST-MEDIUM Feat Lic Survivable Remote Site Telephony up to 48 phones 1 $0.00 $0.00 ROUTER-SDM Device manager for routers 1 $0.00, $0.00 PVDM2-32 32-Channel Packet Voice/Fax DSP Module 1 10.00 $0,00 MEM2800-256D-INC 256MB DDR DRAM Memory factory default for the Cisco 2800 1 $0.00 0.00 MEM2800-64CF-INC 64MB CF default for Cisco 2800 Series 1 $0.00 $0.00 009 CON-OSP-2821SRST OS 24X7X4 + SAU 2821 Voice Bundle 1 $2,296.93 $2 296.93 Analog Gateway 010 VG224 24 Port Voice over IP analog hone gateway 1 3 075.15 $34075.15 - SVGVG-12409T Cisco VG200 Series IP SUBSET VOICE 1 $0.00 $0.00 CAB -AC Power Cord 110V 1 0.00 $0.00 MEM-224-1X64F-U 64MB Flash Memory for VG224 (Factory Upgrade) 1 $0.00 10.00 MEM-224-1X128D-U 128MB DRAM Memory for VG224 (Factory Upgrade) 1 $0.O0 $0,00 011 CON-OSP-VG224 ONSITE 24X7X4 24 Port Voice over I 1 $1,562,05 $1,562.05 012 WS-X4248-RJ45V= Catalyst 4500 PoE 802.3af 10/100 48-Ports RJ45 1 $3 702.15 $3,702,15 Manufacturers Current Lead Trme Is 24 Da s Access Points Page 1 of 6 This quote Is Proprietary to CTI and shall not W shared outside the party for which the quote was prepared without prior permission from CTI Fxhihit 1 Coleman Technologies, Inc. 20 North Orange Avenue, Suite 300 Orlando, Florida 32801 Phone: 407.481.8600 Fax:407.650.0999 Email: orders@ctiusa.com Price Quotation Sold to: Ship to: Date: City of Tamarac SAME Quote #: 7525 NW 88th Ave By: Tamarac, FL 33321 Gary Jordan Phone: (954) 597-3902 garyj@tamarac-org Total: 24-Mar-08 S3005.367 Sylver A. Fair for Michael Tuttle Phone: (407) 481-8600 ext. 177 Fax: (407) 650.0999 Email: sfair@ctiusa.com $63,071.69 ID I Part Number Description QTY Unit Price I I Extended Price 013 AIR-LAP1522AG-A-K9 802.11a,b/g Outdoor Mesh AP FCC Cfg 4 $2,279.43 $9,117.72 014 AIR-1520-BAIT-6AH 1520 Series Battery Backup 4 $455.43 $1,821.72 015 AIR-ANT248OV-N 2400-2483.5 MHz 8.0 dBi Omni Ant. with N Connect 12 227.43 $2,729.16 016 AIR-ANT51BOV-N 4900-5850 MHz, 8.0 dBi Omni with N Connect 4 $141.93 567.72 - SWLAP1520-I0S-K9 1520 Series AP Software Image - IOS 4 0.00 $0.00 017 CON-SNT-LAP152AA SMARTNET 8X5XNBD 802.1 1a,b/9 Outdoor Mesh AP FCC Ctg 4 $579.21 $2,316.85 21RJC,ointroller 018 AIR-WLC2106-K9 2100 Series WLAN Controller for up to 6 Lightweight APs 1 $1,852.50 $1,852.50 - CAB-AC-05 AC Power Cord, Type C5 US 1 0.00 $0.00 SWLC2106K9-41 Cisco Unified WLAN Controller SW Release 4.1 1 $0.00, $0.00 ASASS05-PWR-AC ASA 5505 spare AC power supplyaclapter 1 10.00 $0.00 SSC-BLANK ASA 5505 SSC Blank Slot Cover 1 $0.00 $0.00 SWLC2106K9-41-ER Cisco Unified WLAN Controller Emergency SW Release 4.1 1 0.00 $0.00 019 CON-SNT-WLC2006 SMARTNET 8X5XNBD 2K SeriesWLAN Controller 1 $470.61 $470.61 020 AIR-BAND-INST-TL= 1520 Series Band Installation Tool for the Pole Mount Kit 1 $284.431 $284.43 WCS-STANDARD-K9 WCS Top Level SKU for AP ca aci options. 1 $0.00 $0.00 021 WCS-APBASE-50 WCS-Standard-K9 50 APs. License Only. 1 $2,277.15 $2,277.15 022 CON-SAU-WCSAB50 5W APP SUPP + UPGR WCS Base License for 50 APs 1 $1,446.21 $1,446.21 - CON-SAU-WCSSTDK9 SW APP SUPP + UPGR WCS Top Level SKU for AP capacity option 1 $0.00 $0.00 023 AIR-ACCPMK1520= 1520 Series Pole Mount Kit 4 173.53 $294.12 024 AIR-PWR-ST-LT-R3P= 1520 Series Street Light Power Tap 2 $141.93 $283.86 025 AIR-PWRIN]1500-2= 1S20 Series Power Injector 2 $141.93 $283.86 AIR-PWR-CORD-NA AIR Line Cord North America 2 $0.00 $0.00 026 AIR-CORD-R3P-40NA= 1520 Series AC Power Cord, 40 ft. N. Amer Plug 2 $170,43 $340.86 Manufacturer's Current Lead Time Is 17 Days 027 CTI-PRO-SRV CTI Professional Services - Implementation 1 16,000.00 $6,000.00 SMARTnet Prorated Until June-22-2010 CTI collects sales tax in the following states: AL FL TX MD GA TN RI MS NC SC OK PA VT VA, and WI. For all other states not mentioned it is the customer's res onsib lity to remit use tax to the aeproeriate state author! PLEASE REFERENCE QUOTE NUMBER ON PO This quote is Proprietary to CTI and shall not be shared outside the party for which the quote was prepared without prior permission from CTI Page 2 of 6 This quote is Proprietary to CTI and shall not be shared outside the party for which the quote was prepared without prior permission from CTI Exhibit 1 Coleman Technologies, Inc. 20 North Orange Avenue, Suite 300 Orlando, Florida 32801 Phone: 407.481.8600 Fax: 407.650.0999 Email: orders@ctiusa.com Price Quotation Sold to: Ship to: Date: 24-Mar-08 City of Tamarac SAME Quote #: 53005.367 7525 NW 88th Ave 8y: Sylver A. Fair for Michael Tuttle Tamarac, FL 33321 Phone: (407) 481-8600 ext. 177 GaryJordan Fax: (407) 650.0999 Phone: (954) 597-3902 Email: sfair@ctiusa.com garyj@tamarac.org Total: 63 071.69 Extended ID Part Number Description I QTY Unit Price Price Acceptance and Authorization Customer hereby authorizes purchase and agrees to make timely payment for Quote is valid for 30 days. Delivery dates, if provided, are estimates only. products delivered and services rendered, including payments for partial Signature or attached Purchase Order required for authorization to proceed. shipments. Prices are exclusive of applicable taxes, shipping, handling and labor for installation. Payment terms are as follows, all other CTI Standard Terms and Conditions apply, P-1 Net 20 ❑ Net 30 ❑ MC/Visa Exp Customer Signature Date ❑ — p/o on order, balance prior to receipt CTI Representative Date Page 3 of 6 This quote Is Proprietary to CTI and shall not be shared outside the party for which the quote was prepared without prior permission from M