HomeMy WebLinkAboutC2026-038 - 3/24/2026 - Approved • COOPERATIVE PURCHASE AGREEMENT NO. 7106
Network Equipment, Installation, and Support
THIS Network Equipment, Installation, and Support Cooperative Purchase
Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a
Texas home-rule municipal corporation ("City") and Great South Texas Corporation,
dba Computer Solutions ("Contractor"), effective upon execution by the City Manager
or the City Manager's designee ("City Manager").
1. Cooperative Agreement. Contractor has agreed to provide network equipment,
installation, and support in accordance with its agreements DIR-CPO-5347 and
DIR-TSO-4167 (each a "Cooperative Agreement"), which are incorporated by
reference herein as if set out here in their entireties. In the event of a conflict
between this Agreement and the Cooperative Agreements, this Agreement shall
govern to the extent allowed by the Cooperative Agreements.
2. Scope. Contractor shall provide network equipment, installation, and support in
accordance with the attached Statement of Work, as shown in Attachment A, the
content of which is incorporated by reference into this Agreement as if fully set
out here in its entirety.
3. Term. The term of this Agreement is three years beginning on the date provided
in the Notice to Proceed from the City's Procurement Division. The parties may
mutually agree to renew the term of this Agreement for up to zero additional zero-
months periods (each an "Option Term"), provided, the parties do so in writing
prior to the expiration of the original term or the then-current Option Term. The
continuation of this Agreement after the close of any fiscal year of the City, which
fiscal year ends on September 30th annually, is subject to appropriations and
budget approval specifically covering this Agreement as an expenditure in the
City's budget, and it is within the sole discretion of the City's City Council to
determine whether or not to fund this Agreement. The City does not represent
that this budget item will be adopted, as that determination is within the City
Council's sole discretion when adopting each budget.
4. Compensation and Payment. This Agreement is for an amount up to $203,714.03,
subject to executed amendments and changes. All pricing must be in
accordance with the attached Quote/Bid/Pricing Schedule, as shown in
Attachment B, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety. Invoices must be mailed to the
following address:
City of Corpus Christi
Attn: Accounts Payable
Cooperative Purchase Agreement-Computer Solutions Page 1 of 3
P.O. Box 9277
Corpus Christi, TX 78469-9277
5. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Holly Houghton, Information Technology Dept.
1201 Leopard Street, Corpus Christi, TX 78401
Phone: 361-826-3736
Fax: N/A
IF TO CONTRACTOR:
Great South Texas Corporation dba Computer Solutions
Attn: David Jones, Sales Manager
14410 Wurzbach Pkwy, Sujite 175, San Antonio, TX 78216
Phone: 210 369-0318
Fax: 210-369-0389
6. Insurance. Before performance can begin under this Agreement, the Contractor
must deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
7. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement are
new, quality items, fit for their intended purpose, and of good material and
workmanship. The Contractor warrants that it has clear title to the products and
that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment C by the
manufacturer, for the period stated in the Warranty Requirements included in
Attachment D, which is attached and incorporated by reference into this
Agreement as if fully set out here in its entirety.
Cooperative Purchase Agreement-Computer Solutions Page 2 of 3
8. Entire Agreement. This Agreement, along with the Cooperative Agreement,
constitutes the entire agreement between the parties concerning the subject
matter of this Agreement and supersedes all prior negotiations, arrangements,
agreements and understandings, either oral or written, between the parties.
CONTRACTOR
Signature:
Printed Name: Jeffrey Byrom
Title: Account Executive
Date: 03/26/2026
CITY OF CORPUS CHRISTI
03/27/2026
Sergio Villasana Date
Director of Finance & Procurement M2026-025 AL,tl,arized By
Reviewed by: 3/24/2026
Ca t011 slth __ 03/26/2026
Con act�er Date RH/SB
Approved as to form: --_fi-
Elizabeth RLm4ley 03/26/2026
F107nhcth H,nrilc%t(KA-9F 90261253-39 MI). Rebecca Huerta
Assistant City Attorney Date
Rebecca Huert7
City Secretary
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Quote/Bid/Pricing Schedule
Attachment C: Insurance Requirements
Attachment D: Warranty
Incorporated by Reference Only:
Cooperative Agreements: DIR-CPO-5347 & DIR-TSO-4167
Cooperative Purchase Agreement-Computer Solutions Page 3 of 3
ATTACHMENT A: SCOPE OF WORK
i
1p
computer Y
Solutions
I
STATEMENT OF WORK
City of Corpus Christi Project:DR Vx-LAN&Failover Automation
This Statement of Work(SOW)is by and between Computer Solutions and City of Corpus Christi(Customer)and is pursuant to the DIR-TSO-
4167-Cisco Products&Services between Computer Solutions and City of Corpus Christi.This SOW defines the services and deliverables,if
any,to be provided to City of Corpus Christi.
PROJECTOVERVIEW
EXECUTIVE SUMMARY
Computer Solutions will assist the Customer with the installation,configuration,and commissioning of a Cisco Nexus environment designed to
logically extend Data Center networks between City Hall and the Disaster Recovery(DR)data centers using External Border Gateway Protocol
(eBGP)and Virtual eXtensible Local Area Network(VXLAN)technologies.
A Computer Solutions Engineer will perform the following tasks:
Install and configure Cisco Catalyst 9300X switches at City Hall and DR sites to support Data Center Interconnect(DCI)connectivity
for VXLAN.
• Install and configure Cisco Nexus 93600 spine switches at City Hall and DR facilities.
• Install and configure Cisco Nexus 9336 switches at the DR site and integrate/reuse the existing Nexus 9336 switches at City Hall.
• Build and validate a VXLAN Multi-Site fabric.
• Assist with the migration of existing data center subnets into the new fabric.
• Provide Day-1 operational support and knowledge transfer to Customer's technical staff.
SCOPEOF •
The following Scope of Work is based on our current understanding of Customer's requirements,expectations,and the functionality of their
current environment.Any deviations from this Scope of Work could result in a Project Change Request.
1. Mellanox Support
o Customer will be responsible for any licensing,configuration,or troubleshooting of the Mellanox switching environment.
2. Hyper-V Support
o Customer will be responsible for any licensing,configuration,or troubleshooting of the Hyper-V environment.
3. On-Site and Remote Access
o Customer will provide any required on-site and remote access needed to successfully complete the project.
4. Maintenance Window Scheduling
o Customer will be responsible for the identification,scheduling,and communication of maintenance windows required for
successful project completion.
5. Rack, Power,and Cooling
o Customer will be responsible for providing adequate rack space,power connectivity,and equipment cooling needed to
operate equipment.
6. Network Resources
o Customer will be responsible for identifying and provisioning IP addressing,uplink interfaces between the fabric and
enterprise network,BGP ASNs,and any other networking configuration needed.
Solubions Page 2
City of Corpus Christi Project:DR Vx-LAN&Failover Automation
7. Site Escort
o Customer will be responsible for providing any site escorts needed to enter and work in the City Hall and DR sites.
8. Equipment Relocation
o Customer will be responsible for relocating equipment to the required sites.
9. Maintenance Windows
o Project is scoped for(2)maintenance windows,additional maintenance windows will require a project change request and
may result in additional costs.
o Maintenance window 1:discovery and upgrade of existing Cisco Nexus 9336 switches at City Hall
o Maintenance window 2:migration of existing subnet and firewall connection to VXLAN
10. Software Releases
o Computer Solutions will install Cisco recommended software releases at the time of installation for the products within the
scope of this project.
MILESTONE 1 — PLANNING -
Tasks
DescriptionTitle
Project Kick-Offs Conduct a kickoff meeting with the Computer Solutions Project Team to discuss Remote
project architecture/design,Customer expectations,timeline,and project
schedule.
• Conduct a Customer facing kickoff meeting with the Customer to discuss scope,
schedules,risks,roles,expectations,and logistics.
Re-occurring Meetings Participate in re-occurring meetings,such as team meetings,client meetings,project status Remote
updates,etc.,
Environment Validation Review Customer's current environment,as related to the project scope, and review Remote
Customer-provided documentation.
Create/Update Create/Update Standard project documentation deliverables. Remote
Documentation Test Plan
• Method of Procedure
• Preinstallation Requirements
Deliverable
Description Plan A comprehensive document that outlines the strategy for testing a solution deployment,ensuring its
compatibility,availability,and functionality across various components.
Method of Procedure A structured guide that details step-by-step instructions and protocols for carrying out specific tasks or
procedures within a maintenance.
Preinstallation A cutsheet to provide to Customer for gathering IP addresses, hostnames,licensing,and other pertinent
Requirements information to facilitate this project.
Customer Requirements
• Customer will provide current IT environment documentation that is applicable to the project requirements at the end of the Customer
Kickoff Meeting or before Discovery begins. Examples include network and voice diagrams,call center scripts,system configurations,
etc.When applicable,documentation will include user account,relevant IP addresses,and administrative passwords.
Location
All tasks will be performed remotely.
Solubions Page 3
City of Corpus Christi Project:DR Vx-LAN&Failover Automation
MILESTONE 2— CONFIGURATION AND STAGING
Tasks
Title Description Location
City Hall Physical Physically install equipment needed to implement a full mesh Spine/Leaf environment at On-Site
Install,Stage,Base the City Hall Data Center:
Configuration 1. Two(2)Cisco N9K-93600CD-GX Spine Switches
2. Two(2)Cisco N9K-C9336C-FX2 Leaf Switches(Existing)
Update the NX-OS to the latest recommended release.
Configure an OOB management interface in a management VRF.
DR Physical Install, Physically install equipment needed to implement a full mesh Spine/Leaf environment at On-Site
Stage,Base the City of Corpus Christi DR Data Center:
Configuration 1. One(1)Cisco N9K-93600CD-GX Spine Switch
2. One(1)Cisco N9K-C9336C-FX2 Leaf Switch
Update the NX-OS to the latest recommended release.
Configure an OOB management interface in a management VRF.
DCI Install,Stage,Base Physically install equipment needed to implement a full mesh iBGP DCI environment at On-Site
Configuration the City Hall and DR Data Centers:
City Hall:
• Cisco 9300X-12Y-A
DR:
• Cisco 9300X-12Y-A
Configure a stack at each location and configure an OOB management IP in the
management VRF.
VXLAN Multi-Site Build EVPN VXLAN fabrics at City Hall and DR sites. Remote
Configuration Configure VXLAN Multi-Site using DCI and spine gateway.
Layer 2 Extension Setup an L2 vPC connection between the existing Mellanox environment and the new Remote
Cisco Nexus leaves at the City Hall and DR sites.
Layer 3 Out Setup an L3 connection between City Hall Cisco Nexus leaves and existing enterprise Remote
network.Configure needed routing protocols and route redistribution.
Location
• City of Corpus Christi City Hall
• San Antonio DR Site
MILESTONE 3—TESTING
Tasks
Title Description Location Test Subnet Configure VLAN/Subnet that is stretched across both sites and trunked to the Hyper-V Remote
environment.
• Deploy a test VM at each site and verify reachability.
MILESTONE 4— IMPLEMENTATION
Tasks
Title Description Location
Data Center Subnet and Migrate existing Data Center subnets into VXLAN at City Hall and extend to DR site. Remote
VXLAN L3 Out 0 Move existing VXLAN L3 Out to existing Cisco FirePOWER in transparent
Migration mode.
• This connection will replace the current transparent connection between data
center and enterprise networks.
Day-1 Support Provide up to eight(8)hours of Day 1 Support following the migration of subnets. Remote
Solubions
•.•
City of Corpus Christi Project:DR Vx-LAN&Failover Automation
Location
All tasks will be performed remotely.
PROJECT CLOSEOUT
After the last milestone is complete,Computer Solutions will begin closing out the project.As-built documentation will be delivered to Customer
and signoff from Customer on the project closeout documents will be requested within five(5)business days.
Tasks
Description Location
Update As-built Gather configuration and deployment details for development of as-built documentation. Remote
Documentation
Knowledge Transfer A knowledge transfer session will be provided to review the solution delivered during the Remote
project.This session will offer a high-level summary of what was installed, its intended
function,and general guidance on how the system fits into the customer's environment.
This is not intended to serve as operational training but rather to ensure the customer
has basic awareness of the deployed components and their purpose.
OUT OF •
Work items,tasks,and deliverables not identified herein are outside the scope of this engagement.Out of scope items include the following:
• Formal operational or training guides.
• Vendor installation or configuration guides.
• Relocation of uninstalled or removed equipment, unless defined in the Scope of Work.
PROJECTI
Project tasks will be completed on a contiguous basis,otherwise project cost and resource scheduling may be impacted.
CHANGE MANAGEMENT
Changes to the project scope,schedule,tasks,or pricing must be requested through a Project Change Request(PCR). Changes documented in
the PCR must be approved by Customer and Computer Solutions before they take effect.
Solubions Page 5
City of Corpus Christi Project:DR Vx-LAN&Failover Automation
ROLES •
COMPUTER SOLUTIONS ROLES AND RESPONSIBILITIES
The following Computer Solutions resources will be assigned to this project.
• Project Manager:The Project Manager will oversee project planning,coordination,and reporting activities.Tasks include:
o Serving as the primary point of contact for project activities related to the Scope of Work.
o Communicating project status to stakeholders once a week
o Coordinating status meetings at a frequency of typically once per week.
o Managing the execution of Scope of Work tasks according to the Project Schedule.
o Managing the change control process.
o Engaging with Customer and vendor resources contracted by Computer Solutions to execute project tasks.
o Risk and Issue tracking.
o Planning,tracking,and reporting on outputs and outcomes.
o Financial planning and tracking as identified in the kickoff meeting.
o Continually assessing scope,timing,and resource requirements.
• Engineer(s):The engineer is responsible for executing the tasks as outlined in the Scope of Work.
CUSTOMER ROLES AND RESPONSIBILITIES
The following Customer resources will be assigned to this project:
• Project Executive:Authorizes expenditures and ensuring funding is available.Authorizes or rejects proposed changes to scope,cost,
or schedule.
• Project Manager: Ensures risks and issues are tracked,mitigated,and resolved.Coordinates meetings with Customer resources.
Authorizes formal closure of the project. Serves as Customer's liaison to Computer Solutions.
Customer is responsible for the following:
1. Preparation: Before project kickoff,Customer will resolve any issues that affect Computer Solutions'ability to deliver the services
described herein.Customer will also complete any requested Pre-Engagement Checklist items.
2. Requirements:Customer will fulfill the Customer Requirements as outlined in the Scope of Work. Failure to fulfill these requirements
may result in a Project Change Request.
3. Environment Changes: Customer will notify Computer Solutions prior to initiating changes to their IT environment or implementing
3rd party vendor changes that affect the hardware,software,or services associated with this project. Computer Solutions shall not be
liable for any service failures or disruptions associated with Customer initiated changes that have not been approved by Computer
Solutions. If Computer Solutions'labor is required to correct said disruptions,Customer will be charged at current hourly time and
materials rates.
4. Facilities and Environment Access: Customer will provide physical access to serer rooms,workstations,and network closets.
Customer will also provide a dedicated work area and/or conference room for training sessions or meetings. Customer will provide
remote access to systems and networks,as necessary,to facilitate the services described herein.
5. Software/Hardware Licensing:Customer will ensure software and hardware is correctly licensed and available prior to project
commencement.
6. 3rd Party Tools: If this project requires the use of 3`d party software or tools, Customer will assist Computer Solutions in their
installation.
7. Staff Availability and Points of Contact:Customer will make their team available,as needed,to facilitate project tasks.
8. Project Approvals:This project may require approval and signoff on various documentation such as schedules,design,test plans,
etc. Once signoff is requested,Customer has no more than two(2)business days to approve the documentation.If no response is
received,then the project work may be placed on hold and cancellation fees may be incurred.
Solubions •.•-6
City of Corpus Christi Project:DR Vx-LAN&Failover Automation
PRICING AND PROJECT SUMMARY
1. Pricing Structure:Customer will be invoiced according to one the following:
a. Progressive(Price/Unit):Customer will be invoiced once a month, based on completed units. For per unit costs,see
Appendix A: Cnet Quote.These invoices will be processed in the first week of the following calendar month.
2. Estimated Project Duration:Seven(7)weeks
3. Project Total:$54,795.60
4. Estimated Travel Expenses:$0.00
5. Validity:The pricing of this Statement of Work are valid for thirty(30)days from the date of delivery of this Statement of Work to
Customer.
ACCEPTANCE
Customer has reviewed the content of this Statement of Work and hereby authorizes Computer Solutions to commence and begin procurement
of both product and resources.
Computer Solutions Account Executive City of Corpus Christi(Customer)
Signature: Signature: serglo vluasana(Mar t,202610:50:10 CDT)
Name:Jeff Byrom Name: Sergio VIIIaSana
Director of Finance & Procurement
Title:Account Manager Title:
Date:03-04-2026 Date: 03/27/2026
Quote/CNET: 1054698 P.O.(if required):
Reviewed by:
as ton sitGc 03/26/2026
vlar on racts Manager Date
Approved as to form:
Elizabeth RwOley 03/26/2026
E assis�an�MMyZA��orney Date
Solubions yr'
ATTACHMENT B: PRICING SCHEDULE ,
Date Expiration Date
Great South Texas Corp dba Computer Mar 04,2026 12:08 PM CST 0313112 226
• Solutions
• 14410 Wurzbach Parkway,Suite 175 Modified Date
r' San Antonio,Texas 78216 Mar 04,2026 12:35 PM CST
United States Quote#
computer Y_, www.comsoltx.com 1054698 -rev 1 of 1
Solutions�y7 (P)210-369-0300
Description
DR VXLAN Phase-1 Ver2(3.4.26)
SalesRep
Jones, David
(P)210-369-0318
(F)210-369-0389
Customer Contact
Ovalle, Jaime
(P)361-826-4092
jaimeo3@corpuschristitx.gov
Customer Bill To Ship To Contract Programs:CISCO DIR-
City of Corpus Christi(16975) City of Corpus Christi City of Corpus Christi CPO-5347 EXP 1/7/30-CISCO DIR-
Ovalle,Jaime Accounts,Payables 1201 Leopard Street CPO-5347 EXP 1/7/30
1201 Leopard Street 1201 Leopard Street Corpus Christi,TX 78401 Certifications:WBE/SBE/HUB#
Corpus Christi,TX 78401 Corpus Christi,TX 78401 United States 1942650013800 Exp:08/29/2029
United States United States (P)361-826-3740 Sales Order Type:Drop Ship-Ship
(P)361-826-3740 (P)361-826-4091 to customers location
(F)361-826-4551
Customer PO: Terms: Ship Via:
Purchase Order(Net 30 Days) Fed Ex Ground
Special Instructions: Carrier Account#:
Description# Image
CH Spines
1 Cisco Nexus 93600CD-GX N9K-C93600CD- $51,294.28 2 $17,440.05 $34,880.10
Switch-L3-28 x 100 Gigabit QSFP28 140 Gigabit QSFP28+8 x 100 Gigabit/400 Gigabit GX
QSFP-DD-rack-mountable
2 Cisco CX Success Tracks Level 1 CON-L1 NCD- $3,449.00 6 $2,759.20 $16,555.20
Extended service agreement-advance hardware replacement-shipment-8x7-response time: N9KC936G
next day-for P/N:N9K-C93600CD-GX,N9K-C93600CD-GX=
Note: 3 Year CX Level 1 NCD(Next Calendar Day)Support
3 Cisco ONE DCN(Data Center Networking)Advantage C1A1TN9300XF2-$52,575.88 2 $0.00 $0.00
Term License(3 years)-1 switch-for P/N:N9K-C93180-FX3-B8C,N9K-C9332D-H2R,N9K- 3Y
C9348D-GX2A,N9K-C93600-GX-B1,N9K-C9364C-GX=
Note: Add to EAAgreement for Nexus DNA
4 (D Cisco QSFP-100G- $2,803.99 10 $757.07 $7,570.70
1 100GBase direct attach cable-QSFP to QSFP-3 m-3 m-fiber optic-active-for P/N:C9500- AOC3M=
32C-EDU,C9500-32QC-EDU,N9K-X9788TC-FX-RF,NCS-55A1-24H-B,NCS-55A1-36H-SE-S
Note: (4)CH Spine/Leaf Connectivity,(2)CH Leaf/DCI Connectivity,(4)CH Leaf/Mellanox Connectivity"
5 Cisco CVR-QSFP- $487.72 6 $175.57 $1,053.42
Network adapter-SFP/SFP+to QSFP SFP10G=
Note: (4)CH Leaf/Firewall Connectivity and(2)Spare
6 Cisco Direct-Attach Active Optical Cable SFP-10G- $288.49 4 $167.32 $669.28
Direct attach cable-SFP+to SFP+-3 m-SFF-8431-active-for Catalyst 3560,3850;Nexus AOC3M=
93XX,X9464;ONE Nexus 93XX;UCS 5108 Blade Server Chassis
Note: (4)CH Leaf/Firewall Connectivity
CH DC Interconnect
7 _ Cisco Catalyst 930OX C9300X-12Y-A $21,603.67 1 $12,530.12 $12,530.12
Network Advantage-switch-L3-managed-12 x 1/10/25 Gigabit SFP28-rack-mountable
8 Cisco Smart Net Total Care CON-SNT- $1,548.00 3 $1,238.40 $3,715.20
Extended service agreement-replacement-8x5-response time:NBD-for P/N:C9300X-12Y-A, C930OX21
C9300X-12Y-A=
Note: 3 Year SNT 8x5xNBD Smartnet
9 Cisco Config 1 Secondary Power Supply PWR-C1- $1,528.88 1 $886.75 $886.75
Power supply-hot-plug/redundant(plug-in module)-80 PLUS Platinum-AC 100-240 V-715 715WAC-P/2
Watt-for Catalyst 9300(Higher Scale)(715 Watt),9300L(715 Watt)
10 _ Cisco Digital Network Architecture Advantage C9300-DNA-L-A- $2,195.21 1 $0.00 $0.00
Subscription license(5 years)-for 12Y,24Y SKU-for P/N:C9300X-12Y-A,C9300X-12Y-A=, 5Y
C9300X-24Y-A,C9300X-24Y-A= Page 1 Of 3
Note: Add to EAAgreement for Catalyst DNA
11 Cisco Catalyst 9300 Series Network Module C9300X-NM-2C $3,118.92 1 $1,808.97 $1,808.97
'� Expansion module-40Gb Ethernet/100Gb Ethernet QSFP x 2-for P/N:C9300X-12Y-A,
C9300X-12Y-E,C9300X-12Y-EDU,C9300X-24HX-1A,C9300X-24Y-A
12 D1 Cisco Direct-Attach Active Optical Cable SFP-10G- $288.49 2 $167.32 $334.64
Direct attach cable-SFP+to SFP+-3 m-SFF-8431-active-for Catalyst 3560,3850;Nexus AOC3M=
93XX,X9464;ONE Nexus 93XX;UCS 5108 Blade Server Chassis
Note: DCI to Enterprise Core Connections
Subtotal$80,004.38
DR Spines
13 Cisco Nexus 93600CD-GX N9K-C93600CD- $51,294.28 1 $17,440.05 $17,440.05
Switch-L3-28 x 100 Gigabit QSFP28 140 Gigabit QSFP28+8 x 100 Gigabit/400 Gigabit GX
QSFP-DD-rack-mountable
14 Cisco CX Success Tracks Level 1 CON-L1 NCD- $3,449.00 3 $2,759.20 $8,277.60
Extended service agreement-advance hardware replacement-shipment-8x7-response time: N9KC936G
next day-for P/N:N9K-C93600CD-GX,N9K-C93600CD-GX=
Note: 3 Year CX Level 1 NCD(Next Calendar Day)Support
15 Cisco ONE DCN(Data Center Networking)Advantage C1A1TN9300XF2-$52,575.88 1 $0.00 $0.00
Term License(3 years)-1 switch-for P/N:N9K-C93180-FX3-BBC,N9K-C9332D-H2R,N9K- 3Y
C9348D-GX2A,N9K-C93600-GX-B1,N9K-C9364C-GX=
Note: Add to EAAgreement for Nexus DNA
DR Leafs
16� Cisco Nexus 9336C-FX2 N9K-C9336C- $41,676.60 1 $14,170.04 $14,170.04
Switch-L3-managed-36 x 100 Gigabit QSFP28/40 Gigabit QSFP28-front and side to back- FX2
rack-mountable
17 Cisco CX Success Tracks Level 1 CON-L1 NCD- $2,801.00 3 $2,240.80 $6,722.40
Extended service agreement-advance hardware replacement-shipment-8x7-response time: N9336FX2
next day-for P/N:N9K-C9336C-FX2,N9K-C9336C-FX2=,N9K-C9336C-FX2-RF,N9K-C9336C-
FX2-WS
18 Cisco ONE DCN(Data Center Networking)Advantage C1A1TN9300XF- $24,526.82 1 $0.00 $0.00
Term License(3 years)-1 switch-for P/N:N9K-C93108TC-FX3H,N9K-C93180YC-FX3H,N9K- 3Y
C93180YC-FX3H=,N9K-C93216TCFX2-WS
Note: Add to EAAgreement for Nexus DNA
19 (" Cisco QSFP-100G- $2,803.99 4 $757.07 $3,028.28
100GBase direct attach cable-QSFP to QSFP-3 m-3 m-fiber optic-active-for P/N:C9500- AOC3M=
32C-EDU,C9500-32QC-EDU,N9K-X9788TC-FX-RF,NCS-55A1-24H-B,NCS-55A1-36H-SE-S
Note: (1)DR Spine/Leaf Connectivity,(1)DR Leaf/DCI Connectivity,and(2)DR Leaf/Mellanox Connectivity
DR DC Interconnect
20 Cisco Catalyst 9300X C9300X-12Y-A $21,603.67 1 $12,530.12 $12,530.12
Network Advantage-switch-L3-managed-12 x 1/10/25 Gigabit SFP28-rack-mountable
21 Cisco Smart Net Total Care CON-SNT- $1,548.00 3 $1,238.40 $3,715.20
Extended service agreement-replacement-8x5-response time:NBD-for P/N:C9300X-12Y-A, C9300X21
C9300X-12Y-A=
Note: 3 Year SNT 8x5xNBD Smartnet
22 Cisco Config 1 Secondary Power Supply PWR-C1- $1,528.88 1 $886.75 $886.75
Power supply-hot-plug/redundant(plug-in module)-80 PLUS Platinum-AC 100-240 V-715 715WAC-P/2
Watt-for Catalyst 9300(Higher Scale)(715 Watt),9300L(715 Watt)
23 _ Cisco Digital Network Architecture Advantage C9300-DNA-L-A- $2,195.21 1 $0.00 $0.00
Subscription license(5 years)-for 12Y,24Y SKU-for P/N:C9300X-12Y-A,C9300X-12Y-A=, 5Y
C9300X-24Y-A,C9300X-24Y-A=
Note: Add to EAAgreement for Catalyst DNA
24 Cisco Catalyst 9300 Series Network Module C9300X-NM-2C $3,118.92 1 $1,808.97 $1,808.97
Expansion module-40Gb Ethernet/100Gb Ethernet QSFP x 2-for P/N:C9300X-12Y-A,
C9300X-12Y-E,C9300X-12Y-EDU,C9300X-24HX-1A,C9300X-24Y-A
25 Cisco Direct-Attach Active Optical Cable SFP-10G- $288.49 2 $167.32 $334.64
Direct attach cable-SFP+to SFP+-3 m-SFF-8431-active-for Catalyst 3560,3850,Nexus AOC3M=
93XX,X9464;ONE Nexus 93XX;UCS 5108 Blade Server Chassis
Note: DR DCI to DC Core Connections
Subtotal$68,914.05
ComSopl Professional Services
26 �K Professional Services-Fixed Bid Engagement CS-PS- $0.00 1 $54,795.60 $54,795.60
Bo1ur See Statement of Work(SOW) SERVICES
Note: #14464-DR VxLAN Phase-1
Subtotal$54,795.60
Quote has FIRM price validity for PO received by end of day on 3/31/2026 Subtotal: $203,714.03
due to traversing Cisco List Price increases. Tax(.0000%): $0.00
Page of 3
Shipping: $0.00
Total: $203,714.03
Supply Chain Disruptions and Pricing Variability Disclosure (List Price: $527,929,36)
Due to ongoing component supply constraints and pricing volatility within the
technology industry,manufacturers may implement price increases,surcharges,or
changes to product availability with little or no notice.These changes may occur at
any time,including after a quote has been issued or an order has been placed.
Manufacturers have advised that all orders are subject to modification,repricing,or
cancellation,even after order acceptance.Computer Solutions will work to
communicate with both the customer and the manufacturer/vendor regarding any
known or anticipated changes affecting pricing,availability,or delivery timelines.
While Computer Solutions will make reasonable efforts to keep all parties informed,
there are no guarantees to pricing,availability,or delivery dates until products have
shipped and invoices have been finalized.By approving this quote and/or placing
an order,the customer acknowledges and accepts these conditions.
Invoicing and Partial Invoice Policy:Computer Solutions will invoice or partial
invoice products and/or services when they have shipped or rendered complete(or
Milestone Complete).By ordering or releasing a PO for this order,you agree to pay
for the items that have shipped or delivered as part of the whole order.
Subscriptions/Enterprise Agreements Cancellation Policy-Computer Solutions
requires a forty-five(45)day written notification from the customer based on the
renewal/anniversary date in order to process the cancellation with the applicable
manufacturer(s).
Cisco Purchases:By purchasing Cisco hardware,software,and/or subscriptions,
you agree to be bound by the terms and conditions available at Cisco Software
Terms.
The relevant documents are attached here.-->
https://www.cisco.com/c/e n/us/about/legal/cloud-and-software/softwa re-terms.html
Freight charges are estimates only.Returns are subject to approval and may
include a restocking fee.
Page 3 of 3
ATTACHMENT C: INSURANCE REQUIREMENTS
A. CONTRACTOR'S LIABILITY INSURANCE
1 . Contractor must not commence work under this agreement until all insurance required
has been obtained and such insurance has been approved by the City. Contractor
must not allow any subcontractor Agency to commence work until all similar insurance
required of any subcontractor Agency has been obtained.
2. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy
of Certificates of Insurance (COI) with applicable policy endorsements showing the
following minimum coverage by an insurance company(s) acceptable to the City's Risk
Manager. The City must be listed as an additional insured on the General liability and
Auto Liability policies by endorsement, and a waiver of subrogation is required on all
applicable policies. Endorsements must be provided with COI. Project name and or
number must be listed in Description Box of COI.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
Commercial General Liability, $1 ,000,000 Per Occurrence
Including:
1 . Commercial Broad Form
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTO LIABILITY (including) $500,000 Combined Single Limit
1 . Owned
2. Hired and Non-Owned
3. Rented/Leased
WORKERS' COMPENSATION Statutory
EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000
3. In the event of accidents of any kind related to this agreement, Contractor must furnish
the Risk Manager with copies of all reports of any accidents within 10 days of the
accident.
Page 1 of 3
B. ADDITIONAL REQUIREMENTS
1 . Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be written on a
policy and endorsements approved by the Texas Department of Insurance. The
workers' compensation coverage provided must be in an amount sufficient to assure
that all workers' compensation obligations incurred by the Contractor will be promptly
met.
2. Contractor shall obtain and maintain in full force and effect for the duration of this
Contract, and any extension hereof, at Contractor's sole expense, insurance coverage
written on an occurrence basis, by companies authorized and admitted to do business
in the State of Texas and with an A.M. Best's rating of no less than A- VII.
3. Contractor shall be required to submit a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested
change. Contractor shall pay any costs incurred resulting from said changes. All notices
under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
4. Contractor agrees that with respect to the above required insurance, all insurance
policies are to contain or be endorsed to contain the following required provisions:
• List the City and its officers, officials, employees, volunteers, and elected representatives
as additional insured by endorsement, as respects operations, completed operation
and activities of, or on behalf of, the named insured performed under contract with the
City, with the exception of the workers' compensation policy;
• Provide for an endorsement that the "other insurance" clause shall not apply to the City
of Corpus Christi where the City is an additional insured shown on the policy;
• Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
• Provide 30 calendar days advance written notice directly to City of any, cancellation,
non-renewal, material change or termination in coverage and not less than 10 calendar
days advance written notice for nonpayment of premium.
5. Within 5 calendar days of a cancellation, non-renewal, material change or termination
of coverage, Contractor shall provide a replacement Certificate of Insurance and
applicable endorsements to City. City shall have the option to suspend Contractor's
performance should there be a lapse in coverage at any time during this contract.
Page 2 of 3
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
6. In addition to any other remedies the City may have upon Contractor's failure to provide
and maintain any insurance or policy endorsements to the extent and within the time
herein required, the City shall have the right to order Contractor to remove the exhibit
hereunder, and/or withhold any payment(s) if any, which become due to Contractor
hereunder until Contractor demonstrates compliance with the requirements hereof.
7. Nothing herein contained shall be construed as limiting in any way the extent to which
Contractor may be held responsible for payments of damages to persons or property
resulting from Contractor's or its subcontractor's performance of the work covered
under this agreement.
8. It is agreed that Contractor's insurance shall be deemed primary and non-contributory
with respect to any insurance or self-insurance carried by the City of Corpus Christi for
liability arising out of operations under this agreement.
9. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this agreement.
e Agreement.
2026 Insurance Requirements
Ins. Req. Exhibit 4-13
Contracts for General Services - Services Performed Onsite
O1/01/2026 Risk Management - Legal Dept.
Page 3 of 3
ATTACHMENT D: WARRANTY REQUIREMENTS
Three year warranty on support and hardware.
Page 1 of 1