Loading...
HomeMy WebLinkAboutAgenda Report - May 4, 2016 C-07TM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM CwT AGENDA TITLE: Adopt Resolution Approving Purchase of Data Center Equipment; Authorizing City Manager to Execute Professional Services Agreement with DSA Technologies, of Elk Grove ($707,984); and Appropriating Funds ($642,495) MEETING DATE: May 4, 2016 PREPARED BY: Information Systems Manager RECOMMENDED ACTION: Adopt resolution approving purchase of data center equipment; authorizing City Manager to execute Professional Services Agreement with DSA Technologies, of Elk Grove, in the amount of $707,984; and appropriating funds in the amount of $642,495. BACKGROUND INFORMATION: The City of Lodi is granted a great opportunity to improve data services sparked by the remodel of the old public safety building. Renovations of the City Hall annex building include space for a new data center (DC) for core services. The prospect of the new DC will include improved efficiencies in power management, potential for expansion and disaster recovery. As part of this project there are two opportunities that staff is recommending: (1) Updating the Storage Area Network (SAN) and blade server environment; both of these environments are nearing end of life cycle by the manufacturer, and (2) updating the network core, wired and wireless networks. Designing the DC around these two key environments would give the City an advantage to scale to size for future emerging technologies. In addition, a review of the existing system revealed a significant risk that it may not survive the move. At the end of this project the City will finally have in place the technology and the facilities to properly manage the City's data and network infrastructure. Centralizing the management of data centers is to improve efficiency and security. The IT plan is to move the existing data center and merge it with the secondary data center, thereby ensuring a single modern, secure and reliable center. This project is going to improve the level of reliability of the core systems managing the City's infrastructure. All systems will be installed new, not refurbished, giving the City the benefit of a fully warrantied and supported infrastructure from the manufacturer. All components will be engineered to meet industry specifications, ensuring the City's current demand and future growth. The new infrastructure will offer an improved level of network stability, data integrity and overall system security. The new SAN will be state-of-the-art storage, leveraging solid state drive technology and a newer operating system. The network core will increase network speed both internally for the data center as well as increasing bandwidth on the City's fiber-optic ring. Overall network bandwidth will increase from 1 gigabyte to 10 gigabytes, allowing for improved speeds and opening possibilities for expanding the applicable use of the fiber network. A request for quotes was released on January 19, 2016. Fifteen vendors requested to be included on the RFQ distribution. A total of five vendors submitted a proposal for consideration. From the five submissions, two met the requirements of the RFQ. APPROVED: epReen Schwabauer,- ity Manager All the proposals were reviewed by IT staff and ranked on several criteria including but not limited to: completeness of proposal, satisfaction of requirements, Project Management, implementation support and competiveness of price. 5 Responding Vendors Aggregated Score/Rank Total System Price DSA Technologies 49.5 $707,984 ePlus Technology 40.5 $725,465 Advantel (3) 36.5 $596,235 CDWG 32.5 $664,158 Team One (3) 26 $714,822 FISCAL IMPACT: A critical failure of any one of the systems, network core, SAN, blade server environment would result in: o Delay of billing for service utilities up to $400,000 a day o Loss productivity, salary and benefits, up to $221,000 a day FUNDING AVAILABLE: This project is in alignment with the remodel of the City Annex. Funding for this entire project is to be shared across multiple funding sources on the same basis as the Annex remodel. Source Org/Object General Fund Electric Utility Department Water Funding $65,489 $214,165 $214,165 Waste Water $214,165 Total $707,984 Benjamin Buec -r--- Information Technology Manager Deputy City Manager JA/ja Attachments cc: AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on May 4, 2016, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and DSA TECHNOLOGIES (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for DATA CENTER EQUIPMENT REFRESH, INSTALLATION AND DATA MIGRATION (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to 1 weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement. Section 2.6 Term The term of this Agreement commences on MAY 4, 2016 and terminates upon the completion of the Scope of Services or on MAY 5, 2017, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. 4 Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: BENJAMIN BUECHER To CONTRACTOR: DSA TECHNOLOGIES MARITIME OFFICE PLAZA 2372 MARITIME DRIVE ELK GROVE, CA 95758 Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of 5 the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. 6 Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. 7 Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: JENNIFER M. FERRAIOLO CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Clerk City Manager ) APPROVED AS TO FORM: :it' JANICE D. MAGDICH, City Attorney t,54 —c ne O 1'Q2 By: By: Name: M ?dreft- �parl Title: fis,t4,4 Attachments: Exhibit A - Scope of Services Exhibit B - Fee Proposal Exhibit C - Insurance Requirements Exhibit D - Federal Transit Funding Conditions (if applicable) Funding Source: Doc ID: CA:Rev.01.2015 (Business Unit & Account No.) 8 CITY OF LODI DATA CENTER RFQ STATEMENT OF WORK 2/25/2016 TECHNOLOGA1:111L ES Developed for the City of Lodi City of Lodi Data Center RFQ Statement of Work Proposal Team Name Role Phone E-mail Braun Martin Director of Business Development 530.320.5524 bmartin@dsatechnologies.com Revision History Revision Revision Date Name Notes 1.0 2/25/2016 Braun Martin Initial estimates based on data from RFQ Version 1.0 Page 1 Initia Is City of Lodi Data Center RFQ Statement of Work Contents INTRODUCTION 3 EXECUTIVE SUMMARY 3 OBJECTIVE 3 STATEMENT OF WORK SUMMARY 3 Planning Tasks - estimated 2-3 days 3 Physical infrastructure - estimated 4-6 days 4 Dell M1000E Hyper -V Host Network Integration - estimated 4 days 5 SAN Network Integration - estimated 2 days 5 Management Software Implementation - Estimated 4 days 6 Spine and Leaf network Integration - Estimated 7 - 10 days 6 Server Migration Services - estimated at 4-14 days 7 Training - 3 - 5 days 8 Post Implementation Support - 15 days 8 Project Closeout 8 TECHNOLOGY SELECTION 8 SAN 9 Networking 9 Blade Chassis 10 DSA TECHNOLOGIES BACKGROUND AND CLIENT LIST 10 SCOPE LIMITATIONS 11 Shared Responsibility 11 Reliance on Representations 11 Reliance on Data 11 ITEMS NOT INCLUDED WITH THIS SERVICE 11 CHANGE MANAGEMENT PROCESS 13 ESTIMATED FEES 14 ACCEPTANCE 15 -ADDENDUM-A----TfRKS-AM-CO-NOM ONS 16 1. Services 16 2. Payment 16 3. Back-up 17 4. Delivery 17 5. Licensing 17 6. Limited Warranty and Returns 17 7. Relationship of Parties 17 Version 1.0 Page 2 Initia Is City of Lodi Data Center RFQ Statement of Work 8. Limitation of Liability 18 9. General 18 Dij NOrUM_8 - PROJE T-C-li74-N8E-fif{ tifS-T-fBR-N4 19 INTRODUCTION The purpose of this engagement proposal is to define the DSA Technologies (DSA) Professional Services to be performed for City of Lodi (Lodi). Specifically, this engagement proposal includes DSA's proposed scope summary, objectives, and key assumptions. DSA developed this engagement proposal based on our understanding of Lodi's business and technical requirements from the public RFQ and subsequent Q&A documentation. EXECUTIVE SUMMARY Lodi is currently seeking assistance to replace the existing data center infrastructure with a modern, robust, and easily managed hardware/software solution. This includes core Networking, Hosts, and SAN equipment. In addition to standing up a new redundant infrastructure to meet the City's needs, Lodi is also seeking assistance in migrating the data from the existing environment to the new SAN in as seamlessly as possible with minimal downtime. DSA has performed this type of work for over 20 years and looks forward to working with Lodi on a successful project. OBJECTIVE To implement a fully redundant datacenter infrastructure in parallel with the existing production environment while providing "hands on" knowledge transfer and support of the new environment. STATEMENT OF WORK SUMMARY As a local provider with deep knowledge in complex infrastructure projects, DSA Technologies has developed our internal methodologies to guarantee success for these types of engagements. We are flexible enough to adapt to items that are discovered during the Planning phase which is why these phases have ranges in the time estimates. DSA will provide a senior engineering team to perform the following: Planning Tasks — estimated 2-3 days In our 20+ years of experience in performing infrastructure projects we have learned that more work completed "up front" will yield far better results for the Client. Towards this aim, DSA anticipates that the following planning sessions will be highly useful for the project. • Introductory meetings with the City of Lodi staff. Version 1.0 Page 3 Initials City of Lodi Data Center RFQ Statement of Work o Getting to know the project team and their work schedules for vacations and such will be an important first step for building out an initial timeline o Working with Lodi Management on the available skill sets. Making sure that the right City personnel are receiving appropriate the knowledge transfer will be key to ensuring Lodi will be happy with the system once everything is cut over to the new environment. o Whiteboard sessions. While the initial RFQ documentation is sufficient for us to put together a high level implementation plan, additional details should be worked out together during technical and business discussion. We anticipate that these whiteboard sessions will help uncover items that may or may not have been uncovered during the RFQ process. • Automatic discovery of the existing Production environment. o Dell has a very minimal impact tool called DPACK that we would like to deploy to the existing environment which will capture very valuable performance and usage characteristics. DSA and Dell will utilize these metrics to build an optimal logical architecture for the City of Lodi. o We will need to perform a detailed analysis of the current Network to server topology. It is frequently the case that items such as IP, MAC and even Host names are hard coded somewhere along the way for how clients access individual application systems. Gaining an understanding of these dependencies will allow us to take the necessary steps to identify risks of migrating applications to the new data center and build work arounds where they are available. • Building of the final work plan. o Using the data gathered during this initial Planning phase will allow the team to refine the steps below to help guarantee a successful project. • Fall Back Planning o Once the final work plan is in place and the initial risks are understood a Fall Back plan will be completed. At this time, given that the implementation of the new infrastructure will be parallel to the existing Production environment as a "green field" solution there is very little risk to the project. The only risks that are currently identified are for the Migration phase which is detailed below. Physical infrastructure — estimated 4-6 days ■ Rack and initialize 2 new Compellent iSCSI Channel SANs o One Compellent unit will be installed in one set of the new datacenter racks o One Compellent unit will be installed in a separate, new datacenter rack o Redundant paths for replication and logical volume sharing will be installed • Rack and initialize 2 new Dell M1000E Blade Centers o One Dell M1000E Chassis with six M630 blades and associated Forcel 0 MXL Blade Switches will be installed in one of the new datacenter racks o A second Dell M1000E Chassis with six M630 blades and associated Forcel0 MXL Blade Switches will be installed in a separate, new datacenter rack • Rack and initialize a pair of Dell Forcel 0 56000 40GB Switches for Spine functionality ■ Rack and Initialize twelve Dell Forcel 0 S4048 10GB switches with 40GB uplinks for Leaf functionality Version 1.0 Page 4 Initials City of Lodi Data Center RFQ Statement of Work • Rack and initialize 2 Dell Forcel 0 S4820T 10GB switches with 40GB uplinks for iSCSI functionality. o Each redundant controller per Compellent 4020 will be connected to the 4820T's for full redundancy at the iSCSI switch and SAN level. Dell Ib11000E Hyper -V Host Network Integration — estimated 4 days Based on the initial data provided in the RFQ, as well as the previous relationship that Dell enjoys with the City of Lodi, we are proposing the following hardware for the Hyper -V hosts. This will give Lodi the redundancy, performance, and scalability it requires for current and future business needs. There will be 2 Dell M1000E blade chassis, each with 6 MR630 blades. The blades will come with 256GB of RAM, redundant bootable disks for OS load, redundant 10GB switches with 40GB uplinks to the Spine, iDRAC cards for lights out management, and more to cover all the requirements of the RFQ. The details of the systems are included in the Excel quote per the requirement of the RFQ. The following steps will be needed to integrate these into the new data center: • Design a new LAN network topology to meet the needs of the new virtual infrastructure while maintaining access to the legacy Production environment. o The diagram for this configuration is included in Appendix B • Configure both Dell M1000E with six M630 blades for current Best Practices for Microsoft Hyper -V cluster access for security and performance considerations. This includes all necessary vLAN tagging, QoS rules, and encryption requirements. • Build and deploy the appropriate logical configuration for the Forcel 0 MXL switches for LAN and iSCSI traffic. • Test throughput from the new datacenter to the other City of Lodi buildings to ensure adequate bandwidth is available for business use. SAN Network Integration -- estimated 2 days Based on the initial data provided in the RFQ, as well as the previous relationship that Dell enjoys with the City of Lodi, we are proposing the following hardware for the iSCSI SAN network. This will give Lodi the redundancy, performance, and scalability it requires for current and future business needs. We are proposing 2 Dell Forcel0 S4820T 10GB switches with 40GB uplinks for iSCSI functionality. Each switch is fully non -blocking with 10GB per port for all 48 ports. These are 10Gbase-T switches which will interface redundantly with both of the Compellent 4020 SANs proposed for the project. The following steps will be needed to integrate these into the new data center: • Design a new SAN network topology to meet the needs of the new virtual infrastructure while maintaining access to the legacy Production environment. • Configure both Compellent SANs for current Best Practices for Microsoft Hyper -V cluster access for security and performance considerations. This includes all necessary vLAN tagging, QoS rules, and encryption requirements. The current Best Practices guide for Compellent and Hyper -V can be found Page 5 Version 1.0 Initials City of Lodi Data Center RFQ Statement of Work here: http:iii.dell.cona/sites/doccantentlbusiness/solutionsiwhitepswersien/Documents%corrrpellent- storcacie-center-rnicrnsoft-server-2012-Hyper-v.odf#kacge=18crgorn =auto,c1 Q, ok • Test throughput from the new datacenter to the other City of Lodi buildings to ensure adequate bandwidth is available for business use. Manay,.,nt Software Implementation - Estimated 4 days Based on the initial data provided in the RFQ, as well as the previous relationship that Dell enjoys with the City of Lodi, we are proposing the following software solution for the use and management of the iSCSI SAN. This will give Lodi the redundancy, performance, and scalability it requires for current and future business needs. The • Install and configure Compellent management tools for both redundant units. • Install and configure the FS8600 software integration tools. • Install and configure the Hyper -V integration tools for Compellent • Implement Replays (snapshots) • Implement Replication • Implement Thin Provisioning • Implement LiveVol (dynamic volume management) These tools provide the following functionality required by the RFQ: 1. Thin provision 2. Data Cloning 3. Automatic Data Tiering 4. Data Replay (Snapshots) including Hyper -V aware Replays 5. Local and remote data Replication 6. Data Deduplication 7. FIPS 140-2 Encryption at rest 8. Single pane of glass management of the environment 9. Enterprise licenses are included as an option. This means no additional software would be required as you scale up and past 48 drives. Spine and Leaf network Integration Estimated 7 - 10 days The City of Lodi is seeking a Spine and Leaf topology for the new datacenter. While we have the physical topology detailed in Appendix B for the new hardware it is the logical topology that will need further details for guaranteeing client satisfaction with our design. The details of the new network design will include discovery of items from the Planning phase. This will include LAN, WAN, and vLAN addressing, QoS requirements, and traffic integration to the existing Version 1.0 Page 6 Initia Is City of Lodi Data Center RFQ Statement of Work network for Migration purposes. And while the internal IP scheme work should be relatively straight forward it is the routing from the legacy system that we expect to require significant effort. Since the City currently utilized RIP for the routing protocol we anticipate that a new dynamic routing scheme will be more efficient for future use and management of the environment. Performing the necessary analysis and build operations to move from the RIP solution to a new routing scheme, while not impacting the existing Production environment, will not be a trivial task. DSA has senior networking engineers with years of experience in assisting clients in performing such a migration. As such we know that we do not currently have enough details to build such a plan at this time but are confident that we will be able to develop a plan for Lodi which minimizes the risk of such a migration. The topology will take into account the following items: • IP scheme for iSCSI, LAN, and WAN devices • Routing Protocols used for the existing Production environment as well as the planned use of the new datacenter • FireWall rules for internal and external traffic flows. • Load Balancing options for internal and external traffic • Security schemes for items related to Police and Fire Department traffic. • QoS rules for SIP and VoiP considerations (if required) • Video feed handling for the network • Third party provider(s) access to and from the system such as the State of California Server Nigratisort Services - estimated at 4-14 days DSA has yet to determine the amount of effort that will be needed to perform the data migration so a broad range of time estimate is included in this proposal. As a general rule of thumb once the new hosts are available and successfully networked to the existing Production environment we can migrate 1 00GB of data from a Production host per hour per interface. DSA take the lead to deploy City of Lodi to the new Compellent SAN environment. This means that DSA will also work with City of Lodi to migrate any existing physical server to virtual machines as well cis migrate the data from the existing HP SAN to the new Compellent environment. DSA anticipates that this migration effort will include at least three different mechanisms. The first will be to utilize the Microsoft Virtual Machine Convertor tool and is typically known as a P2V process. The MVMC tool creates a byte level copy of the existing physical machines and makes creates a virtual machine from it. This mechanism is typically the fastest and easiest way to migrate a physical server to a new environment. The second mechanism DSA will utilize to virtualize the environment is to use the "blank" Windows Server templates to deploy new virtual machines. These virtual machines will then be used as recipients of the data from the existing physical servers. Version 1.0 Page 7 Initials City of Lodi Data Center RFQ Statement of Work The third mechanism DSA will utilize the native Microsoft Hyper -V tools to migrate data from the HP SAN to the new Compellent. A V2V may be used or a clone of an existing VM depending on the details of the existing Production. DSA will need to investigate the internal operation of the Lodi environment to make a further determination on which mechanism will be best. It is also possible that some systems will need to back backed up then recovered to the new environment. Due to the time needed to perform this task we expect that this will only be used in the event that we can't move data one of the other mechanism. DSA anticipates that IT personnel from City of Lodi will be integrally involved with the migration of these systems through both mechanisms. DSA will also work with City of Lodi to develop the conversion calendar since the migration of many systems will require a maintenance window to account for server downtime. It is the intent of the migration plan to keep the downtime to a minimum while maintaining full compatibility of the existing VMware/HP server host environment. Regardless of which mechanism(s) will be used a full Fall Back plan will be in place. Since we don't anticipate "moving" any of the data from the existing Production environment to the new datacenter we will always be able to fall back to the existing Production environment. It is the specific mechanism(s) and timelines we use to determine when to fall back that will require input from the City. Training — 3 - 5 days City of Lodi would like to ensure that proper knowledge transfer during and after the project is complete. This time will help assist IT personnel to learn and manage the new environment in the most efficient manner possible. Senior DSA engineers will work with City of Lodi IT personnel to train them on the overall new architecture as well as the hands on use of the new hardware. Post Implementation Support — 15 days In addition to the award winning Dell support that will come with all the new hardware, DSA will provide 15 days of follow on support of the new data center to assist with general questions, "how to" issues, and other items that tend to come up over time with new infrastructure. Additional time is available if specific additional project tasks are identified or assistance requested. Project Closeout A Project Completion Form (PCF) will be signed for services performed, ensuring client satisfaction with the project. TECHNOLOGY SELECTION The RFQ had several requirements that the vendors had to meet in order to be considered for selection. Below is a brief explanation for why DSA made the choices for the hardware/software for the City of Lodi. Version 1.0 Page 8 Initials City of Lodi Data Center RFQ Statement of Work SAN The pair of Compellent 4020 iSCSI Channel SAN units with approximately 4OTB of usable space. These units will also be furnished with the FS8600 NAS gateway to provide native CIFS and NFS access to the system. Both units come with redundant 10GB NFS access and 10GB iSCSI ports. The production unit combines SSD and spinning disk to maintain well over 30,000 sustained TOPS while also providing the capacity required by the City. Compellent has a very unique business model in the industry. Unlike the competition, Compellent licenses all features to the customer themselves rather than tie the software to the hardware components. This means that once a customer has purchased the license for thin provisioning they own the license regardless of which hard drive it is running on. As technology continues to improve the client can simply purchase a new hard drive and apply the license to the new drive. There is no need to relicense the software again. The same principal applies to the controllers themselves. Once the management suite for a pair of controllers is purchased it can be transferred to new controllers when they are purchased. Unlike legacy SAN providers like NetApp and others, there is no need to throw away the software licensing when upgrading hardware. And, Compellent allows a client to simply upgrade the controllers and keep the existing disks from the original frame. This allows for in place upgrades of the SAN without having to "fork lift" the solution. All of this means that the total TCO for Compellent over time is significantly lower than legacy solutions. When we review the specific technical requirements of the RFQ we don't believe that the City will require licenses beyond the 48 that come with the base unit. However, since the RFQ also has a requirement for no additional licensing at all we have provided an option for that as well. We would not recommend this since 48 drives which can be upgraded in size without relicensing the software should more than meet the needs of the City but we want to 100% comply with the RFQ. The history of the Compellent solution started in 2002. At this time there is significant R&D being placed into the Compellent technology by Dell. The Equallogic line, the #1 iSCSI storage solution in the world, is being phased out in favor of Compellent. At this time there is no known or planned limitations for production of Compellent. Networking Per the requirements of the RFQ, a 10GB/40GB Spine and leaf topology is recommended. As a technical leader in the networking space, Dell's Forcel 0 networking stack was selected to meet all of the needs of the City of Lodi. The S4048 has 6 40GB ports and a total throughput of 1.44 Tbps with sub 600ns of latency. All modern standard protocols are supported on this switch including full Layer 3 routing. This makes it very power Version 1.0 Page 9 Initials City of Lodi Data Center RFQ Statement of Work and easy to deploy complex networking rules for security and QoS functionality that Cities often need to meet their business goals. The S6000 has 2.56Tbps of fabric capacity at the same 600ns of latency. Both units are fully managed for simplified, central control of the environment. The history of Forcel0 begins in 2011 when Dell acquired Forcel 0 with an emphasis on datacenter switching. The 4820T, 4048, and 6000 S series switches are all the most recent switches in the Dell Forcel 0 offering and there is no known limits on their future production or support. Blade Chassis We have selected the Dell M1000E blade chassis with the associated M630 blades for this deployment. Since the City of Lodi already has significant experience with this hardware we anticipate that this technology is well understood for its value, scale and award winning performance. Dell continues to make significant investments into the M1000E technology. As new backplanes, interconnects, and advanced technologies are created the M1000E is adopting these solutions through normal upgrades to the system. At this time there is no known limits on their production or support. DSA TECHNOLOGIES BACKGROUND AND CLIENT LIST DSA Technologies is a fully integrated Infrastructure services company. With over 22 years of experience in providing Sales, Professional Services, and Managed Services to the Northern California market DSA is an ideal vendor to support infrastructure upgrade services to the Modesto Irrigation District. Our business focus has always been on supplying superior engineering talent for clients in the most technologically agnostic fashion possible. As such we have a broad range of supported products and services. These include but are not limited to: • Dell • VMware • NetApp • Palo Alto Networks • Nimble Storage • Pernix Data • Nutanix • SilverPeak Networks • Microsoft • Zerto • Cisco • Juniper Networks • Citrix • Aruba Networks • Veeam Version 1.0 Page 10 Initials City of Lodi Data Center RFQ Statement of Work DSA maintains over 30 engineers on staff to help our clients build the best possible solution for their unique business needs. From implementation service to full monitoring and management of the solution once it is deployed, DSA is a full service company for backend infrastructure technology. DSA also enjoys the highest level partnership status with Dell as a Dell Premier partner. DSA is part of the Dell GEO Partner Program which allows DSA and Dell to engage with clients seamlessly on either DSA or Dell direct proposals. DSA and Dell have performed data center updates and refreshes for following government clients in the recent past. This is just a partial list: • Stanislaus County • City of Rocklin • City of Elk Grove • Yuba County • Napa County • City of Woodland SCOPE LIMITATIONS DSA's scope is defined by the following: Shared Responsibility Customer will share responsibility for success of this implementation. The full cooperation of Customer management, staff and any necessary internal parties will be required to achieve the desired results. This includes making sufficient time for review of written materials, meetings, etc. Reliance on Representations DSA will rely on the representations of Customer's management and staff. Reliance on Data In order to keep the costs of the project to a minimum, Customer staff may be utilized to perform the basic data gathering tasks. It is assumed that any data gathered by Customer personnel will be accurate. This data will be analyzed to determine the existing hardware/software architecture. ITEMS NOT INCLUDED WITH THIS SERVICE The following items are not included in the standard implementation services, but may be contracted separately as needed. • Installation of any product into an unsupported rack. • Configuration of any application other than that specified in this Service Description. • Any activities other than those specifically noted in this Service Description. Version 1.0 Page 1 1 Initials City of Lodi Data Center RFQ Statement of Work NOTES / Assumptions DSA's services offering above takes into consideration the following assumptions: • Discovery of the environment by our automated tools will be allowed and will not have a negative impact on the City of Lodi's existing environment. • DSA will have full access to all existing network devices • The existing racks support the new gear and there is available space in the racks for all the new hardware • Sufficient power and outlets are available at the beginning of the project Version 1.0 Page 12 Initials City of Lodi Data Center RFQ Statement of Work CHANGE MANAGEMENT PROCESS DSA emphasizes executing a defined planning and design phase to avoid any change orders during project execution. However, there are times when a change order is unavoidable and will be requested by City of Lodi or DSA. If / when this happens a DSA Project Change Request (PCR) will be executed, and will be considered an addendum to this proposal, and will be performed accordingly. See Addendum "B." Version 1.0 Page 1 3 Initia Is Exhibit B Fees and Expenses Professional Services Implementation, migration, training and support services are estimated to total 43 to 60 days, with 15 of these days being dedicated for post implementation support. This is not a fixed bid project and only time utilized will be billed at 175/hr for normal business hours. Travel and expenses Bill of Material $84,000 $4000 Bill Rate will be $175 per hour not to exceed $88,000 DSA Technologies Item cost Tax Shipping Total 5 year Support and Unlimited Dell Lic. Storage Area Network (SAN) $408,473.88 $23,004.56 $1232 $377,936.06 Blade Server environment Included in SAN Network Core $175,682.87 $11,250.36 $339 $187,272.23 Microsoft Data Center Lic. $54,774.38 System Total $619,682.67 EXHIBIT C Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Contractor's operations under this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: COMPREHENSIVE GENERAL LIABILITY $2,000,000 Each Occurrence $4,000,000 General Aggregate 2. COMPREHENSIVE AUTOMOBILE LIABILITY $2,000,000 Combined Single Limit Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles) operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form. 3. ERRORS AND OMISSIONS / TECHNOLOGY $2,000,000 Per Claim $4,000,000 Annual Aggregate Covering all acts, errors, omissions, negligence, network security and privacy risks, including but not limited to unauthorized access, failure of security, breach of privacy perils, wrongful disclosure, collection, or other negligence in the handling of confidential information, privacy perils, and including coverage for related regulatory defense and penalties; data breach expenses, and payable whether incurred by City of Lodi or Contractor, including but not limited to consumer notification, whether or not required by law, computer forensic investigations, public relations and crisis management firm fees, credit file or identity monitoring or remediation services in the performance of services for, or on behalf of, City of Lodi. Such insurance shall be maintained in force at all times during the term of the agreement and provide an Extended Reporting Period (ERP) for a period of one year thereafter, for services completed during the term of the agreement. All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied by either the Named Insured(s) or the City of Lodi. It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the Contractor; whichever is greater. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City: (a) Additional Named Insured Endorsement Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as additional named insureds. An additional named insured endorsement is also required for Auto Liability. (b) Primary and Non -Contributory Insurance Endorsement Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20 01 04 13. Page 11 of 2 pages Risk: rev.03.2016 Insurance Requirements for Contractor (continued) NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of the project that it is insuring. (c) Waiver of Subrogation Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability. (d) Limits of Coverage The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured. (e) Completed Operations Endorsement For three years after completion of project, a certificate of insurance with a Completed Operations Endorsement, CG 20 37 07 04, will be provided to the City of Lodi. (f) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. (g) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. (h) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. (i) Failure to Comply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) day of the month following the City's notice. Notwithstanding and other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (j) Qualified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. A waiver of subrogation is required for workers compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. Page 2 1 of 2 pages Risk: rev.03.2016 NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. Page 3 1 of 2 pages Risk: rev.03.2016 1. AA# 2. JV# CITY OF LODI APPROPRIATION ADJUSTMENT REQUEST TO - Internal Services Dept. - Budget Division 3. FROM: Jordan Ayers 5. DATE: 5/4/16 4. DEPARTMENT/DIVISION 6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW FUND # ORG UNIT # OBJECT # ACCOUNT TITLE AMOUNT A. SOURCE OF FINANCING 402 40200000 50001 Operating Transfer In $ 642,495.00 B. USE OF FINANCING 402 40299000 77020 Capital Projects $ 642,495.00 7. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE CURRENT BUDGET Please provide a description of the project, the total cost of the project, as well as justification for the requested adjustment. If you need more space, use an additional sheet and attach to this form. To appropriate funding from Electric, Water and Wastewater utilities for equipment for the Data Center Refresh project. If Council has authorized the appropriation adjustment, complete the following: Meeting Date: al I L Res No: Attach copy of resolution to this form Department Head Signature: 8. APPROVAL SIGNATURES Deputy City Manager/Internal Services Manager Date Submit completed form to the Budget Division with any required documentation Final approval will be provided in electronic copy format. RESOLUTION NO. 2016-68 A RESOLUTION OF THE LODI CITY COUNCIL APPROVING THE PURCHASE OF DATA CENTER EQUIPMENT FROM DSA TECHNOLOGIES, OF ELK GROVE; AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT; AND FURTHER APPROPRIATING FUNDS WHEREAS, the City of Lodi relies on the properly -functioning data center, network core, storage area network, and blade environment to conduct daily operations for public safety, utility billing and collections, utility monitoring, personnel tracking, payroll, procurement, email, and voice communications; and WHEREAS, the data center is complex, requiring annual operational costs and parts, equipment replacement, and continuous staff hours to maintain; and WHEREAS, Request for Quotes (RFQ) were released on January 19, 2016, to fifteen vendors, of which five vendors submitted proposals for consideration, and two met the requirements of the RFQ; and WHEREAS, all proposals received were reviewed by Information Technology staff and ranked on several criteria, including but not limited to: completeness of proposal, satisfaction of requirements, Project Management, implementation support, and competiveness of price. Responding Vendors DSA Technologies ePlus Technology Advantel (3) CDWG Team One (3) Aggregated Score/Rank 49.5 40.5 36.5 32.5 26 Total System Price $707,984 $725,465 $596,235 $664,158 $714,822 WHEREAS, staff recommends that the City Council approve the purchase of network core switches, storage area network, and blade server environment for the data center from DSA Technologies, of Elk Grove, in the amount of $707,984. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby approve the purchase of network core, storage area network, and blade environment for the City's data center from DSA Technologies, of Elk Grove, California, in an amount not to exceed $707,984; and BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the Professional Services Agreement on behalf of the City of Lodi; and BE IT FURTHER RESOLVED that appropriations are hereby approved as shown on the attached Appropriations Adjustment Request. Dated: May 4, 2016 I hereby certify that Resolution No. 2016-68 was passed and adopted by the City Council of the City of Lodi in a regular meeting held May 4, 2016 by the following votes: AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None , . , .' ,E'NNIFER FERRAIOLO City Clerk 2016-68 1. AA# 2. JV# CITY OF LODI APPROPRIATION ADJUSTMENT REQUEST TO - Internal Services Dept. - Budget Division 3. FROM: Jordan Ayers 5. DATE: 5/4/16 4. DEPARTMENT/DIVISION 6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW FUND # ORG UNIT # OBJECT # ACCOUNT TITLE AMOUNT A. SOURCE OF FINANCING 402 40200000 50001 Operating Transfer In $ 642,495.00 B. USE OF FINANCING 402 40299000 77020 Capital Projects $ 642,495.00 7. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE CURRENT BUDGET Please provide a description of the project, the total cost of the project, as well as justification for the requested adjustment. If you need more space, use an additional sheet and attach to this form. To appropriate funding from Electric, Water and Wastewater utilities for equipment for the Data Center Refresh project. If Council has authorized the appropriation adjustment, complete the following: Meeting Date: al I L Res No: Attach copy of resolution to this form Department Head Signature: 8. APPROVAL SIGNATURES Deputy City Manager/Internal Services Manager Date Submit completed form to the Budget Division with any required documentation Final approval will be provided in electronic copy format.