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