Loading...
HomeMy WebLinkAbout2014-03-25 - AGENDA REPORTS - NEW STORAGE AREA NETWORK (2)Agenda Item• 11 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR City Manager Approval: Item to be presented by: Benny Ives DATE: March 25, 2014 SUBJECT: AWARD OF NEW STORAGE AREA NETWORK DEPARTMENT: Administrative Services City Council: 1. Award a contract in the amount of $218,529, plus a 10% contingency in the amount of $21,853, for a total amount not to exceed $240,382, to CDW-G for the purchase of two Nimble Storage Area Network (SAN) systems and five-year technical support and maintenance. 2. Appropriate $161,056 from Technology Replacement Fund 720 to account 12203-5161.001 and $79,326 from Transit American Recovery and Reinvestment Act (ARRA) Funds to account 12400-5201.003 for the acquisition of a new Storage Area Network System. Increase Transit ARRA revenue account 700-4424.012 by $52,524. Authorize the City Manager or designee to modify the award in the event issues of impossibility of performance arise, and.execute all documents subject to City Attorney final document approval, contingent upon the appropriation of funds by the City Council in the annual budget for such Fiscal Year. BACKGROUND The City's Storage Area Network (SAN) is the underlying core of the organization's data center, which is necessary to support day-to-day operations, and ensures business continuity during an emergency. It is comprised of physical hardware and software that stores all of the City's information electronically. It operates the systems and applications that are used in managing vital City services such as the building permit, financial, and email systems, as well as ' maintaining all electronic public correspondences and documents. The City maintains two mirrored SAN systems located at City Hall and the Transportation Maintenance Facility (TMF). APPROVED -i In addition to managing critical data used daily by staff and applications at each site, the City's primary data center is replicated from City Hall to TMF for disaster recovery and business continuity capabilities. This redundancy allows for operations to continue if a catastrophic event disrupts service at City Hall. Staff is recommending replacement of the SAN through the award of a contract for a new system inclusive of five-year technical support and maintenance. The SAN was purchased in 2008 and will cease to be supported by the manufacturer as of March 31, 2014. This means that hardware, software, and technical support will no longer be provided. Further, data growth during the last six years has consumed nearly all available storage space and will reach its capacity before the conclusion of this fiscal year. The storage solutions available today are more robust, reliable, scalable, and offer better performance and greater data capacity. Most vendors who specialize in this type of solution maintain competitively awarded public sector contract pricing that allow municipalities to procure solutions quicker and at competitive prices. Over the past four months, Technology Services analyzed and conducted thorough interviews with four vendors to determine the best solution to replace the City's SAN system. Staff considered numerous criteria to determine the solution that would best meet the City's needs including functionality, ease of use and administration, disaster recovery strategies, as well as scalability and the future ability to upgrade. Technology Services received formal quotes from the following: 1) Dell EqualLogic (Round Rock, TX) 2) Hewlett Packard (Palo Alto, CA) 3) Nimble Storage (San Jose, CA) 4) NetApp (Sunnyvale, CA) After thorough analysis and product demonstrations from all vendors, staff is recommending award of contract to CDW-G for the purchase of two (2) Nimble Storage SAN systems inclusive of five-year technical support and maintenance. In reaching this decision, staff spoke with several client references that maintain similar data centers and is satisfied that this solution will meet the City's current and future needs. The City is eligible to purchase the new SAN utilizing the National Joint Powers Alliance Contract #111309. This type of contract was available for all vendors who were considered. The SAN necessary to support TMF operations represents 33% of the total cost and will be supported through American Recovery and Reinvestment Act funding. Due to advances in technology, the five-year cost of the recommended system represents a 35% savings, in comparison to the City's storage solution purchased in 2008. _Z_ ALTERNATIVE ACTIONS 1. Do not award contract. 2. Other action as determined by the City Council. FISCAL IMPACT Replacement of the SAN has been previously identified and planned for as part of the City's 10 -year Technology Replacement Forecast. As part of this action, staff is recommending appropriation of monies in the amount of $161,056 from the Technology Replacement Fund (720) to the Technology Services Contractual Services account 12203-5161.001 and $79,326 in Transit ARRA funds to account 12400-5201.003 for a total of $240,382. ATTACHMENTS Maintenance Agreement available in the City Clerk's Reading File MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND NIMBLE STORAGE Contract No. THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this day of 20_, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and NIMBLE STORAGE, a Private Corporation ("CONTRACTOR"). The Parties agree as follows: 1. CONSIDERATION. A. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONTRACTOR on an amount set forth in the attached Exhibit "A," which is incorporated by reference, for CONTRACTOR's services. CITY will pay such amount promptly, but not later than thirty (30) days after receiving CONTRACTOR's invoice. 2. TERM. The term of this Agreement will be from April 1, 2014, to April 1, 2019. The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES. A. CONTRACTOR will perform services listed in the attached Exhibit "A." B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. 4. PREVAILING WAGES. A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's Revised 8/2011 Page I of 7 responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing Wage Determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. B. If this contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. C. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 5. FANIILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: Thoroughly investigated and considered the scope of services to be performed; and Carefully considered how the services should be performed; and iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. Revised 8/2011 Page 2 of 7 B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. 6. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: T)3e of Insurance Commercial general liability: Business automobile liability Workers compensation Limits (combined single) $1,000,000 $1,000,000 Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance Revised 8/2011 Page 3 of 7 required by this Agreement, City may obtain such coverage at CONTRACTOR's expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this agreement, City may cancel the Agreement immediately with no penalty. F. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy. CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore. CONTRACTOR must obtain replacement coveraee that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. 7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this Agreement; and B. CITY gives CONTRACTOR a written Notice to Proceed. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. 8. TERMINATION. A. CITY may terminate this Agreement at any time with or without cause. B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 9. INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. Revised 8/2011 Page 4 of 7 10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. 11. NOTICES. A. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY: City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: Nimble Storage 211 River Oaks Parkway San Jose, CA 95134 B. When addressed in accordance with this paragraph, notices will be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices will be deemed given at the time of actual delivery. C. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. 15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the Revised 8/2011 Page 5 of 7 extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. 18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. CITY's City Manager may execute any such amendment on behalf of CITY. 20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this Agreement will govern and control. 22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 23. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' control, then the Agreement will immediately terminate without obligation of either party to the other. 24. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement between CONTRACTOR and CITY respecting five years of technical support and maintenance. To the extent that there are additional terms and conditions contained in Exhibit "A" that are not in conflict with this Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. 25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Revised 8/2011 Page 6 of 7 (SIGNATURES ON NEXT PAGE) Revised 8/2011 Page 7 of 7 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: Revised 8/2011 Page 8 of 7 Proposed Option Primary Site - C5460 -X2 + H45 Enclosure (48TB-95TB) DR Site - CS240-X2 (18TB-33TB) Primary Site - CS46042 + H25 (35.000 - 42.000 IOPS Sustained. Peaks to 50.0001 Pt # Description Estimated Costs CS460-X2 36TB Raw, 25-50TB Usable, 2.4TB Flash Cache, 6x1GigE, Ext Perf Ctlr $58,000 SLA-CS460-4HR-5YR 4 Hour Serv/Softw Support for 460; 24x7,5Yrs $42,250 ESI -H45 30TB Raw, 23-45TB Usable, 30OGB Flash Cache, Hyb Exp Shelf, 2x1M Qua] SAS cable $23,500 SLA-E51-H45-4HR-5YR 4 Hour Serv/Softw Support for ES1-H45; 240, 5 Yrs $11,750 PRO -INSTALL -ARRAY Installation for Nimble Arra / Expansion Shelf + Shipping $2,400 Sub -Total $137,900 Applicable Tax @ 9 % $9,765 Total for Primary Site $147,665 DR Site - CS240-X2 (17.000 - 25.000 TOPS Sustained. Peaks to 35.0001 Pt # Description Estimated Costs CS24042 24TB Raw, 18-33TB Usable, 1.2TB Flash Cache, 6x1 GigE, High Perf Ctlr $38,500 SLA-CS240-4HR-5YR 4 Hour Serv/Softw Support for 240; 240, 5 Yrs $25,500 PRO -INSTALL -ARRAY Installation for Nimble Arra / Expansion Shelf $2,250 Sub -Total $66,250 Applicable Tax @ 9 % $4,612.50 Total for DR Site $70,862.50 Grand Total $218,527.50 Software • Thin Provisioning • Inline Compression (2:1) • Efficient Snapshots with avoidance of deduplication • Efficient Replication with compression and avoidance of de -duplication • Intelligent real time data placement • Zero copy cloning • VMware Integration — Plugins, VAAI, Snap/Restore integration • Microsoft Integration— HyperV, SQL, Exch, SP, VSS, Snap/Restore integration Support and Installation • Autosupport-5 min call home "heartbeats", Daily Diagnostics, Support dial -in • 5 Years of 240 technical support +4 HR Parts Delivery • Professional Services Installation • Onsite knowledge transfer/ training Agenda Item: 11 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR City Manager Approval: Item to be presented by: Benny Ives DATE: March 25, 2014 SUBJECT: AWARD OF NEW STORAGE AREA NETWORK DEPARTMENT: Administrative Services City Council: 1. Award a contract in the amount of $218,529, plus a 10% contingency in the amount of $21,853, for a total amount not to exceed $240,382, to CDW-G for the purchase of two Nimble Storage Area Network (SAN) systems and five-year technical support and maintenance. 2. Appropriate $161,056 from Technology Replacement Fund 720 to account 12203-5161.001 and $79,326 from Transit American Recovery and Reinvestment Act (ARRA) Funds to account 12400-5201.003 for the acquisition of a new Storage Area Network System. Increase Transit ARRA revenue account 7004424.012 by $52,524. 3. Authorize the City Manager or designee to modify the award in the event issues of impossibility of performance arise, and execute all documents subject to City Attorney final document approval, contingent upon the appropriation of funds by the City Council in the annual budget for such Fiscal Year. BACKGROUND The City's Storage Area Network (SAN) is the underlying core of the organization's data center, which is necessary to support day-to-day operations, and ensures business continuity during an emergency. It is comprised of physical hardware and software that stores all of the City's information electronically. It operates the systems and applications that are used in managing vital City services such as the building permit, financial, and email systems, as well as maintaining all electronic public correspondences and documents. The City maintains two mirrored SAN systems located at City Hall and the Transportation Maintenance Facility (TMF). APPM ED _/_