HomeMy WebLinkAboutStaff Report 354-07City of Palo Alto
City Manager’s Report
TO:
FROM:
HONORABLE CITY COUNCIL
CITY MANAGER DEPARTMENT:
4
ADMINISTRATIVE
SERVICES
DATE:
SUBJECT:
OCTOBER 1, 2007 CMR: 354:07
APPROVAL OF A PURCHASE ORDER WITH SYSTEMS
TECHNOLOGY ASSOCIATES (STAy IN THE AMOUNT OF $452,110
FOR COMPUTER HARDWARE AND RELATED OPERATING SYSTEM
SOFTWARE FOR THE SAP UPGRADE
RECOMMENDATION
Staff recommends that Council approve and authorize the City Manager or his designee to
approve a purchase order with Systems Technology Associates (STAy in the amount of $452,110
for computer hardware and related operating system software for the planned SAP Upgrade and
migration of Banner CIS to SAP IS~ module.
DISCUSSION
The City originally implemented the SAP software application in 2002-2003. At that time, the
version of the software installed was version 4.6c. Version 4.6c is coming to end-of-life. We
will be undertaking a major technical upgrade of the SAP application in late 2007. The City is
planning to upgrade to mySAP ERP 2005 (reference CMR: 313:07). The current hardware
platform was purchased in 2002. With the increasing use of SAP across the organization, it was
recommended that we upgrade the current hardware platform. The current hardware platform
will continue to be used for archival storage and data warehousing. SAP is the single source
vendor of this software.
RESOURCE IMPACT
As a result of the on-going Information Technology funding structure, funds for this project have
been included in the Information Technology 2007-2009 ISF and the 2007 Technology CIP
budgets.
POLICY IMPLICATIONS
Approval of these contracts is consistent with existing City policies.
ENVIRONMENTAL REVIEW
This is not a project under CEQA.
CMR:354:07 Page 1 of 2
PREPARED BY:
/"GLENN E. LO0
\--.~--~Chief Information Officer
APPROVED BY:C TS
Director of Administrative Services
CITY MANAGER APPROVAL:
~t9II LY HARRISON
Assistant City Manager
ATTACHMENTS
Attachment A: Request for Quotation
CMR:354:07 Page 2 of 2
ATTACHMENT A
REQUEST FOR QUOTATION
September 7, 2007
The City of Palo Alto, Purchasing and Contract Administration, on behalf of the ASD
Department, ITS Division, requests a quotation for:
PROJECT TITLE:
HP HARDWARE AND OPERATING SYSTEM SOFTWARE FOR
SAP UPGRADE
REQUEST FOR QUOTATION NUMBER
RFQ 124126
RFQ DUE DATE ¯ 3:00 P.M., TUESDAY, SEPTEMBER 18, 2007
Documents will not be accepted after 3:00 P.M., Tuesday, September 18, 2007
Table of Contents
SECTION I Request For Quotation and Bidder Required Information (including
submittal instructions)*
SECTION II Nondiscrimination Certification*
Purchase Order Terms and Conditions
Insurance Requirements
SECTION III Specifications and Bidder’s Bid Pages*
*Complete, sign and submit forms with Bidder’s Bid Pages as instructed in the RFQ.
Failure to complete and/or submit these forms may cause rejection of your Bid.
FOR ADDITIONAL INFORMATION CONTACT PURCHASING AND CONTRACT ADMINISTRATION
(650) 329-2271
Rev. 01/15/04
REQUEST FOR QUOTATION
September 7, 2007
In response to this Request for Quotation (RFQ), the undersigned, as Bidder, declares that the only persons
or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion
with any other person, firm or corporation; that the Bidder has carefully examined the specifications herein
referred to; and the Bidder proposes and agrees, if this Bid is accepted, that the Bidder will contract with the
City of Palo Alto (City), to provide all necessary materials, and furnish the specified requirements in this
RFQ, in the manner herein prescribed and at the prices stated in the Bid.
Proiect Title
HP Hardware and Operating System Software for SAP Upgrade
City of Palo Alto Request for Quotation (RFQ) number:
RFQ124126
Quotation Openinq Date
Quotation acceptance period closes (your quotation must be received by purchasing and contract
Administration not later than) 3:00 p.m., Tuesday, September 18, 2007
Buyer/Contract Manaqer
Kathy Bradley
Telephone Number: (650) 329-2162
Project Manaqer
Glenn Loo, Director ITS Services
Specifications
The specifications or scope of work included have been prepared to describe the standard of quality,
performance, and other characteristics needed to meet city requirements. The City will accept alternate
proposals of a designated material, product, thing, service, "or equal", and will determine if such alternate
proposals are satisfactory in meeting a mandatory requirement or specification and if the proposed alternate
meets the intent of the original mandatory requirement. The City reserves the right to conduct site visits or
request samples of products being offered to determine if they meet the requirements as specified.
Term of Aqreement:
City intends to issue a Purchase Order to procure the purchase and delivery of the HP Hardware and
Operating System Software Equipment described in RFQ. The term of the pricing agreement shall be
effective 60 days after proposal due date.t to:
Firm price for the purchase. Prices quoted and product to be shipped will be IDENTICAL
Hardware Configurations and Software for ALL ITEMS. No substitution can be allowed.
The Vendor’s compliance with the terms and conditions as established by this RFQ;
The Vendor’s satisfactory performance, and timely compliance with the requirements of this RFQ;
and
Notwithstanding the foregoing, City may terminate the agreement, with or without cause, by providing ten
(10) days written notice.
Contract Award
The lowest bid shall be the lowest of the bid prices quoted on the Bid Schedule. This total is being used for
the purpose of determining the lowest responsible bidder. City will award a not-to-exceed amount based on
the needs and prices quoted. No charges of any kind will be allowed unless specifically made part of your
quotation and are specified in your response.
Pursuant to the Palo Alto Municipal Code Section 2.30.440 (b), a responsible bidder is a bidder determined
by the awarding authority:
Rev. 01/15/04
REQUEST FOR QUOTATION
(1)To have the ability, capacity, experience and skill to perform the work, or provide the goods and/or
services in accordance with the bid specifications;
(2) To have the ability to perform the contract within the time specified;
(3) To have the equipment, facilities and resources of such capacity and location and location to
enable the bidder to perform the contract;
(4) To have the ability to provide, as required, future maintenance, repair, parts and service for the use
of goods purchased;
(5) To have a record of satisfactory or better performance under prior contracts with the city or others;
and
(6)To have complied with applicable laws, regulations, policies (including city council policies),
guidelines and orders governing prior or existing contracts performed by the bidder.
F.O.B. Point
Prices shall be F.O.B. Destination within Palo Alto, Freight Prepaid. Price shall include all applicable
transportation and delivery charges. See Bid Schedule for delivery point.
Submittal of Documents
Submit documents by delivering, mailing or Faxing to the Contract Administrator.
assume the risk of the method of dispatch chosen:
(Delivery in person or by other carriers)
City of Palo Alto
Purchasing and Contract Administration
Mezzanine, Civic Center
250 Hamilton Avenue, MS-MB
Palo Alto, CA 94301
Bidders
(US Mail only)
City of Palo Alto
Purchasing and Contract Administration
Mail Stop - MB
PO Box 10250
Palo Alto, CA 94303
(FAX)
Attn: Kathy Bradley
650-329-2302
Markinq instructions
All Bids/Quotations and accompanying documents shall be submitted in a sealed envelope, unless Faxed..
The outside of the envelope shall be marked, and identified in the manner specified below:
Quotation Enclosed
Project Title: HP Hardware and Operating System Software for SAP Upgrade
Request for Quotation number: RFQ 124126
Bidder/Company name, and return address.
Complete, sign and submit the RFQ/Bidder Information, Nondiscrimination Certification, and Bidder Bid
Pages with your quotation. Failure to complete and/or submit these forms may cause rejection of your
quotation. All quotations must be submitted on these forms.
Decision to Reject
The City reserves the right to reject any or all quotations, to waive any informalities contained therein, and to
select quotations on an item-by-item basis. The City reserves the right to award more than one contract from
this solicitation. No quotation may be withdrawn for a period of days (60) following the bid due date.. The
terms and conditions (the provisions) that shall govern any resulting agreement between City and the Low
Bidder are contained in this RFQ.
Rev. 01/15/04
REQUEST FOR QUOTATION
BIDDER INFORIVIATION FORM
Bidder Information
Provide the information requested below or indicate "not applicable", if appropriate:
Systems Technology Associates
3002 Dow Avenue, Suite 126
Tustin, CA 92780
Telephone Number: (714) 734-1340
E-Mail:Rob.Schaeffer~,staweb.com
B.Taxpayer Identification Number:
Proprietorship:
C.Bidder is a:
X
[]
Name and Address of Bidder (Company) - also provide "Remit To" address if different:
Facsimile number: (714) 734-1343
Website:: www.staweb.com
33-0631721 , or Social Security Number if Sole
California Corporation
Corporation organized under the laws of the State of
with head offices located at
and offices in California at
Limited Liability Company
List name of managing member(s):
[]
o
0
Sole Proprietorship proprietor.
Partnership
Limited Liability Partnership
List names of general partners; state which partner or partners are managing partner(s)
Do
[]Other (attach Addendum with explanatory details)
Have you (or your firm) previously worked for the City of Palo Alto? x Yes, or__No (if
"Yes", list above, or if necessary, provide information on additional sheets).
Please refer to STA Addendum A for City of Palo Alto RFQ 124126
Contractors license, number/type (if required): Not Applicable
The Bidder represents that it has not retained a person to solicit or secure a City contract
(upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee) except for retention of bona fide employee or bona fide established
commercial selling agencies for the purpose of securing business.
Rev. 01/15/04
REQUEST FOR QUOTATION
During the Quotation process there may be changes to the Quotation documents, which would
require an issuance of an addendum or addenda. City disclaims any and all liability for loss, or
damage to any Bidder who does not receive any addendum issued by City in connection with
this RFQ. Any Bidder in submitting a Quotation is deemed to waive any and all claims and
demands Bidder may have against City on account of the failure of delivery of any such
addendum to Bidder. Any and all addenda issued by City shall be deemed included in this
RFQ, and the provisions and instructions therein contained shall be incorporated to any
Quotation submitted by Bidder.
To assure that all Bidders have received each addendum, the following acknowledgment
and sign-off is required. Failure to acknowledge receipt of an addendum/addenda may be
considered an irregularity in the Bid:
Addendum number(s) received: I---I1; [] 2; [] 3; [] 4; [] 5; [] 6; [] 7; [] 8; [] 9
Or, []No Addendum/Addenda Were Received (check and initial).
Note: The City of Palo Alto, pursuant to California Corporations Code Section 313,
requires two corporate officers to execute contracts. The signature of First Officer* must be
one of the following: Chairman of the Board; President; or Vice President. The signature of the
Second Officer** must be one of the following: Secretary; Assistant Secretary; Chief Financial
Officer," or Assistant Treasurer. In the alternative, a certified corporate resolution attesting to
the signatory authority of the individuals signing in their respective capacities is acceptable.
Signature must be the same signature as appears in BidderBid Pages:
First Officer*Second Officer**
Or,
(Signature)
Rob Schaeffer
(Printed name of signatory)
Executive Vice President
(Title of signatory)
(Signature)
Simon Palmer
(Printed name of signatory)
Secretary
(Title of signatory)
The undersigned certifies that the Bidder is not a corporation, and is not subject to the
requirements of California Corporations code, and hereby agrees to, and accepts the terms and
conditions of this RFQ.
(Signature)
(Printed name of signatory)
(Title of signatory)
Rev. 01/15/04
REQUEST FOR QUOTATION
CERTIFICATE OF NON-DISCRIMINATION
PROJECT: HP HARDWARE AND OPERATING SYSTEM SOFTWARE FOR SAP UPGRADE
Certification of Nondiscrimination:
Certification of Nondiscrimination: As suppliers of goods and/or services to the City of Palo
Alto in excess of $5,000, the firm, contractor or individual(s) listed below cer[ify that: they do not
and in the performance of this contract they will not discriminate in employment of any person
because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual
orientation, housing status, marital status, familial status, weight or height of such person; and
further certify that they are in compliance with all Federal, State and local directives and
executive orders regarding nondiscrimination in employment.
Firm: Systems Technology Associates
Title of Officer Signing: Executive Vice President
Signature:
DATE: September 18, 2007
Rev. 01/15/04
REQUEST FOR QUOTATION
TERMS AND CONDITIONS OF PURCHASE
ACCEPTANCE/AGREEI~IENT: City of Palo Alto (City) reserves the right to reject any and all quotations, to waive any
informalities, and, unless otherwise specified by Seller, to accept any item in a quotation. By accepting or filing this
Purchase Order (P.O.), Seller agrees to the terms and conditions herein which shall prevail over any inconsistent
provision in any form or other paper submitted by Seller. All shipments or services performed shall be deemed to have
been made pursuant hereto. No other terms are acceptable. This P.O., including all specifications and drawings, shall
constitute the entire agreement between the parties unless modified in writing by City.
CITY’S PROPERTY: Seller agrees that the information, tools, jigs, dies, or materials, and drawings, patterns, and
specification supplied or paid for by City shall be and remain City property and shall be held by Seller for City unless
directed otherwise. Seller shall account for such items and keep them protected, insured, and in good working conditions
without expense to City.
DELIVERY: The terms of delivery are as stated on the Bidder’s Bid Pages. The obligation of Seller to meet the delivery
dates, specifications, and quantities set forth herein is of the essence of this P.O. No boxing, packing, or cartage charge
will be allowed unless authorized by this P.O. Deliveries are to be made both in quantities and at times specified herein
or, if not, such quantities and times are specified pursuant to City’s written instruction. Items not delivered may be
canceled without penalty to City. Shipments in greater or lesser quantity that ordered may be returned at Seller’s expense
unless written authorization is issued by City.
PRICES: The price which Seller charges in filling this P.O. shall not be higher than Seller’s most recent quote or charge to
City for such materials, supplies, services and/or installations unless City expressly agrees otherwise in writing.
Notwithstanding the prices set forth the P.O. City shall receive the benefit of any general reduction in the price of any
item(s) listed herein which may be made by Seller at any time prior to the last delivery of goods or services covered by
this P.O.
TERMINATION: City shall have the right to terminate this P.O. or any part thereof upon ten (10) days notice in writing to
Seller.
(1) V’~thout Cause. City may terminate all or any part of this P.O. without cause. Any claim by Seller for
damages due to termination without cause must be submitted to City within thirty (30) days after effective date of
termination.
(2) For Cause. If Seller fails to make any delivery in accordance with the agreed delivery date, delivery
schedule, or otherwise fails to observe or comply with any of the other instructions, terms, conditions or warranties
applicable to this P.O., City may, in addition to any other right or remedy provided by this P.O. or by law, terminate all or
any part of this P.O. in writing without any liability of City with respect to Seller at any time during the term of this P.O. In
the event of termination for cause, City may purchase supplies or services elsewhere on such terms or in such manner as
City may deem appropriate and Seller shall be liable to City for any cost and other expenses incurred by City, which is
charged to City.
CHANGES: City shall have the right at any time by written notice via P.O. Change Order to Seller to make changes in the
specifications, the quantity of items called for, delivery schedules, and requirements covering testing, packaging, or
destination. Any claim by Seller for adjustment under this clause shall be deemed waived unless made in writing with
then (10) days after receipt by Seller of notice of such change. Price increases or extensions of tie for delivery shall not
be binding on City unless evidenced by a P.O. Change Order issued by City’s Purchasing Manager.
INSPECTION: City shall have the right to inspect and approve or reject any materials, supplies, services and/or
installations upon arrival of notice of completion prior to payment without regard to the manner of shipment, completion, or
any shipping or price terms contained in this P.O. All materials, supplies, services and/or installations must be furnished
as specified.
(1) Defective, damaged, and nonconforming materials and/or supplies may be returned for credit or refund, at
Seller’s expense. City may charge Seller for all expenses of unpacking, examining, repacking and reshipping of such
materials and/or supplies.
(2) Defective, incorrect and nonconforming services and/or installations may be returned for credit or refund, at
Seller’s expense. All of the above notwithstandinq prior payment by City
(3) Seller’s obligations to wave defects that exist.
WARRANTY: Seller expressly warrants that all materials, supplies, services and/or installations covered by this P.O.
shall:
(1) conform to the specifications, drawings, samples, or other descriptions specified by City or if none are so
specified, to Seller’s standard specification or the standards of the ASTM or ANSI or other national standard
organizations;
(2) be new and unless specified to the contrary on the face hereof, will be free from defects in material and
workmanship and will be free of all liens and encumbrances and will conform to any affirmation of facts made on the
container or label;
(3) be adequately contained, packaged, marked, labeled and/or provided in compliance with all applicable
federal and state laws and regulations (including materials deemed hazardous);
(4) be performed within the rules and regulations of the Occupational Safety and Health Act of 1970 (as
amended);
Rev. 01/15/04
REQUEST FOR QUOTATION
(5) be produced or transferred or disposed of as required by federal and state laws and regulation under the
conditions of the Toxic Substances Control Act; the Hazardous Materials Control and Hazardous Waste Regulations; and
other toxic laws and programs.
Seller further expressly agrees to protect, indemnify, and hold harmless City, its employees and agents for any loss,
damage, fine, liability, fee (including reasonable charges and fees) or expense arising in connection with or resulting from
Seller’s failure to furnish materials or supplies or perform services that conform with any warranty contained herein.
(6) have good marketable title.
GOVERNING LAW: This P.O. shall be governed by the laws of the State of California.
INDEPENDENT CONTRACTOR, INSURANCE: Seller certifies, by acceptance, that he/she is an independent contractor.
Seller shall protect, defend, and indemnify and hold City harmless against all damages, liability, claims, losses and
expenses (including attorney’s fees) arising out of, or resulting in any way from Seller’s negligence in providing the goods
or services purchased hereunder or from any act or omission of Seller, its agents, employees, or subcontractors, Seller
shall maintain such public liability insurance, including contractual liability, automobile and general public liability,
(including non-owned automobile liability) Worker’s Compensation, and employer’s liability insurance as well adequately
protect City against such damage, liabilities, claims, losses, and expenses (including attorneys’ fees). Seller agrees to
submit certificates of insurance, evidencing its insurance coverage when requested by City.
EQUAL OPPORTUNITY CLAUSE: By acceptance of this P.O., Seller certifies it is in compliance with the Equal
Opportunity Clause required by Executive Order 11246, as amended, and the Palo Alto Municipal Code, as amended,
including Affirmative Action Compliance Programs for Veterans; Handicapped; and Minority Business, and other equal
opportunity programs.
FORCE MAJEURE: City may delay delivery or acceptance occasioned by causes beyond its control. Seller shall hold
such materials, supplies, services and or installations at the direction of City and shall deliver them when the cause
affecting the delay has been removed. City shall be responsible only for Sellers’ direct additional costs in holding the
goods or delaying performance of this P.O. and City’s request. Seller shall also be excused if delivery is delayed by
unforeseen events beyond its reasonable control, provided Seller notifies City as soon as they occur. City may cancel this
P.O. if such delay exceeds thirty (30) days form the original delivery date. Seller shall use its best efforts to grant
preference to this P.O. over those of other customers, which were placed after this P.O.
AUTHORITY OF AGENT OR FACTOR: Seller represents that, whenever it executes this P.O. on behalf of a third party
as an agent or factor, it shall disclose the existence of the agency or factor relationship to City. Seller shall be deemed to
have the legal authority to enter into this P.O. with City on behalf of the third party.
INTERPRETATION OF CONTRACT DOCUMENTS: In the event of a conflict between the terms of this P.O. and the
attached specification with respect to any obligation of Seller, the provision which impose the greater obligations upon
Seller shall prevail.
Rev. 01/15/04
REQUEST FOR QUOTATION
CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE
TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE
COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH A BEST’S KEY RATING OF A-
:VII,OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESSINTHE
STATE OF CALIFORNIA.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS
SPECIFIED, BELOW:
REQUIRED TYPE OF COVERAGE
MINIMUM LIMITS
EACH
OCCURRENCE AGGREGATE
YES WORKER’S COMPENSATION
YES AUTOMOBILE LIABILITY
YES
YES
YES/NO
-[BD
COMPREHENSIVE GENERAL
LIABILITY, INCLUDING PERSONAL
INJURY, BROAD FORM PROPERTY
DAMAGE BLANKET CONTRACTUAL,
AND FIRE LEGALLIABILITY
COMPREHENSIVE AUTOMOBILE
LIABILITY, INCLUDING, OWNED,
HIRED, NON-OWNED
PROFESSIONALLIABILITY,
INCLUDING, ERRORSAND
OMISSIONS, MALPRACTICE(WHEN
APPLtCABLE),AND NEGLIGENT
PERFORMANCE
REQUIREMENT
STATUTORY
STATUTORY
BODILYINJURY
PROPERTY DAMAGE
BODILYINJURY & PROPERTY DAMAGE
COMBINED.
BODILYINJURY
EACH PERSON
EACH OCCURRENCE
PROPERTY DAMAGE
BODILYINJURYANDPROPERTY
DAMAGE COMBINED
ALL DAMAGES
YES
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,1
$1,000J
$1,000J
$1,000,1
$1,000,1
$1,000J
$1,000,[
$1,000J
THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: PROPOSER, AT ITS SOLE COST AND EXPEN~
SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT
AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY PROPOSER AND ITS
SUBCONSULTANS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY
AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGEN
AND EI~/IPLOYEES.
II.
INSURANCE COVERAGE MUST INCLUDE:
A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF
CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND
A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE
FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY -SEE SECTION TBD,
SAMPLE AGREEMENT FOR SERVICES.
SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED
COMPLETE THIS SECTION AND IV THROUGH V, BELOW.
Please see Attached Insurance Documents
COVERAGE, OR
NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR
BROKER):
Rev. 01/15/04
REQUEST FOR QUOTATION
B.NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER:
C.POLICY NUMBER(S):
DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS tN EXCESS OF $5,000 REQUIRE
CITY’S PRIOR APPROVAL):
III.AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND
PROPOSER’S SUBMITTAL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE
WITH THE REQUIREMENTS SPECIFIED HEREIN.
IV.ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO
"ADDITIONAL INSURES"
A.PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING.OUT OF THE OPERATIONS
OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS
POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR
CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR
FOR THE BENEFIT OF THE ADDITIONAL INSURES.
B.CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR
CORPORATION AS INSURES UNDER THE POLICY SHALL NOT,
FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE
INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND
THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE
THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY.
C.NOTICE OF CANCELLATION
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY
REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING
COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE
NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE
CITY AT LEAST A TEN (10) DAYWRITTEN NOTICE BEFORE THE
EFFECTIVE DATE OF CANCELLATION.
PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE
REQUIREMENTS:
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.
SIGNATURE(S) MUST BE SAME SIGNATURE(S) AS APPEAR(S) ON SECTION II,
ATTACHMENT A, PROPOSER’S INFORMATION FORM.
Firm:Systems Technology Associates
Signature:
Name: Simon Palmer
(Print or type name)
Rev. 01/15/04
REQUEST FOR QUOTATION
Signature:
Name:Rob Schaeffer
(Print or type name)
NOTICES SHALL BE MAILED TO:
PURCHASING AND
CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO, CA 94303.
Rev. 01/15/04
REQUEST FOR QUOTATION
BIDDERS’ BID PAGE
Name of Company: Systems Technology Associates
In response to this Request for Quotation (RFQ #124126, the undersigned, as Bidder, declares that the only
persons or parties interested in this Bid as principals are those named herein; that this Bid is made without
collusion with any other person, firm or corporation; that the Bidder has carefully examined the specifications
herein referred to; and the Bidder proposes and agrees, if this Bid is accepted, that the Bidder will contract
with the City of Palo Alto (City), to provide all necessary materials, and furnish the specified requirements in
this RFQ, in the manner herein prescribed and at the prices stated in the Bid.
No charges of any kind will be allowed unless specifically made part of your quotation and are specified in
your response. The City reserves the right to reject any or all quotations and to select quotations on an
item-by-item basis.
Project Title:HP Hardware and Operating System Software for SAP Upgrade
Request for Quotations Number RFQ 124126
SCHEDULE OF ITEMS
No.Qty Model Description
MFG Sug BID Unit Ext. Total BID
Unit Price Price Price
HP rx3600
100 2 AB596A
2
101 2
102
AB596A
140
AD295A
AD295A
100
AB036B
rx3600 HP-UX 4 Core (1.4
GHz) [DEV]
HP rx3600 Base System Two
Processors
HP rx3600 Base System two
1.4/!2MB Proc
HP Integrity IO Backplane
HP rx3600 PCI-X 2.0 IO
Backplane
HP rx36xx/66xx Internal SAS
Contrl Card
$0.00
$0.00
$11,250.00
$0.00
$0.00
$0.00
$0.00
$0.00
$7,460.53
$0.00
$0.00
$0.00
$0.00
$0.00
$14,921.05
$0.00
$0.00
$0.00
Rev. 01115104
REQUEST FOR QUOTATION
103
104
105
106
107
108
6
2
AB036B
106
AB563A
AB563A
0D1
AB565A
AB565A
0D1
AD125A
AD125A
0D1
AD141A
AD141A
0D1
AD142A
AD142A
0D1
A7173A
HP Core IO SAS Controller
RAID 1
HP rx3600 2GB DDR2
Memory Quad
Factory integrated
HP rx3600 8GB DDR2
Memory Quad
Factory integrated
HP rx3600 24 DIMM Carrier
Board
Factory integrated
HP Integrity 72GB 10k SAS
Drive
Factory integrated
HP Integrity DVD-ROM Drive
Factory integrated
HP Dual Channel Ultra320
SCSI Adapter
$0.00
$930.00
$0.00
$4,417.00
$0100
$2,045.00
$0.00
$420.00
$0.00
$230.00
$0.00
$795.00
$0.00
$616.74
$0.00
$2,929.16
$0.00
$1,356.15
$0.00
$278.53
$0.00
$152.53
$0.00
$527.20
$0.00
$2,466.95
$0.00
$11,716.63
$0.00
$2,712.29
$0.00
$1,671.16
$0.00
$305.05
$0.00
$1,054.40
Rev. 01/15/04
REQUEST FOR QUOTATION
109
110
111
112
113
2
A7173A
0D1
AB378B
AB378B
0D1
AD052A
AD052A
0D1
AD053A
AD053A
B01
B8482AA
B8482AA
0D1
B8482AA
UMG
B8482AA
ABA
BA531AC
Factory integrated
HP PCI-X 2.0 1Port 4Gb
Fibre Channel HBA
Factory integrated
HP Integrity Redundant
Power Supply
Factory integrated
HP Integrity Universal Rack
Kit
Include with complete system
HP-UX 1 li v2
HP9000/Integrity EOE Media
Factory integrated
HP-UX 1 li Version 2
U.S. - English localization
HP-UX Integrity EOE W/SYS
2 Proc PCL LTU
$0.00
$2,195.00
$0.00
$749.00
$0.00
$150.00
$0.00
$0.00
$199.00
$0.00
$0.00
$3,395.00
$0.00
$1,455.62
$0.00
$496.69
$0.00
$99.47
$0.00
$0.00
$131.96
$0100
$0.00
$2,251.41
$0.00
$5,822.48
$0.00
$993.39
$0.00
$198.95
$0.o0
$0.00
$263.92
$0.00
$0.00
$18,011.28
Rev. 01/15/04
REQUEST FOR QUOTATION
300 1
2
8
4O0 1
401 1
402 1
HA114A1
HA114A1
565
HA110A3
HA110A3
69Y
HA110A3
6KE
HP Installation and Star[up
Service
HP Star[up Integrity 2-socket
Server SVC
HP 3y Support Plus 24 SVC
HP rx3600 Svr (1,2
processors) HW Supp
HP-UX EOE for IPF PCL 2/4
Socket Support
$0.00
$1,500.00
$0.00
$2,069.00
$3,063.00
$0.00
$963.16
$0.00
$1,589.86
$2,353.67
$0.00
AD132A
AD 132A
180
AD296A
AD296A
100
AB036B
HP rx6600 2nd System
rx6600 HP-UX 4 Core (1.6
GHz) [#2]
HP rx6600 Base System Two
Processors
HP rx6600 Base Sys Two
1.6GHz/24MB Proc
HP Integrity rx6600 FIQ I/O
Backplane
HP rx6600 PCI-X 2.0 I0
Backplane
HP rx36xx/66xx Internal SAS
Contrl Card
$0.00
$0.00
$27,350.00
$0.00
$0.00
$0.00
$0.00
$0.00
$18,137.37
$0.00
$0.00
$0.00
$1,926.32
$0.00
$3,179.73
$18,829.39
$o.00
$0.00
$18,137.37
$0.00
$0.00
$0.00
Rev. 01/15/04
REQUEST FOR QUOTATION
AB036B
106
403 6 AB564A
AB564A
0D1
404 1 AD126A
AD126A
0D1
405 5 AD141A
AD141A
0D1
4O6 1 AD142A
AD142A
0D1
407 1 A7173A
A7173A
0D1
408 2 AB378B
HP Core IO SAS Controller
RAID 1
HP rx3600 4GB DDR2
Memory Quad
Factory integrated
HP rx6600 24-DIMM Memory
Carrier Board
Factory integrated
HP Integrity 72GB 10k SAS
Drive
Factory integrated
HP Integrity DVD-ROM Drive
Factory integrated
HP Dual Channel Ultra320
SCSl Adapter
Factory integrated
HP PCI-X 2.0 1Port 4Gb
Fibre Channel HBA
$0.00
$1,947.00
$0.00
$1,995.00
$0.00
$420.00
$0.00
$230.00
$0.o0
$795.00
$0.00
$2,195.00
$0.00
$1,291.16
$0.00
$1,322.99
$0.00
$278.53
$0.00
$152.53
$0.00
$527.20
$0.00
$1,455.62
$0.00
$7,746.95
$0.00
$1,322.99
$0.00
$1,392.63
$0.00
$152.53
$0.00
$527.20
$0.00
$2,911.24
Rev. 01/15/04
REQUEST FOR QUOTATION
4O9
410
411
412
413
AB378B
0D1
AD052A
AD052A
0D1
AD053A
AD053A
B01
B8483AA
B8483AA
0D1
B8483AA
UMG
B8483AA
ABA
BA509AC
T2803BA
T2803BA
003
Factory integrated
HP Integrity Redundant
Power Supply
Factory integrated
HP Integrity Universal Rack
Kit
Include with complete system
HP-UX 11i v2
HP9000/Integrity MCOE
Media
Factory integrated
HP-UX 1 li Version 2
U.S. - English localization
HP-UX Integrity MCOE w/Sys
4 Proc LTU
HP Serviceguard Extension
for SAP LTU
LTU-2nd & 3rd SAP Sys Sgl
Cluster
$0.00
$749.00
$0.00
$150.00
$0.00
$0.00
$199.00
$0.00
$0.00
$6,865.00
$0.00
$20,000.00
$0.00
$496.69
$0.00
$99.47
$0.00
$0.00
$131.96
$0.00
$0.00
$4,552.57
$0.00
$11,368.42
$0.00
$496.69
$0.o0
$99.47
$0.00
$0.00
$131.96
$0.00
$0.00
$18,210.27
$0.00
$22,736.84
Rev. 01/15/04
REQUEST FOR QUOTATION
500
6OO
4
T2803BA
0D1
HA114A1
HA114A1
57C
HA110A3
HA110A3
0BC
HA110A3
63V
HA110A3
69X
HA110A3
6KF
HA110A3
AAF
B3921KA
B3921KA
0BE
B3921KA
AVP
Factory integrated
HP Installation and Startup
Service
HP Startup Integrity 4-socket
Server SVC
HP 3y Support Plus 24 SVC
Manuals on CD-ROM
SGeSAP/UX 2nd/3rd Sys on
Clustr PCL Supt
HP rx6600 Svr(1,2,4
processor) HW Supp
HP-UX MCOE for IPF PCL
2/4 Sckt Support
CD-ROM (disk only)
English hardcopy manual for
11iV2
Systems admin manuals
Documentation on DVD-
ROM
$0.00
$0.00
$1,750.00
$0.00
$0.00
$15,123.00
$2,521.00
$3,514.00
$0.00
$0.00
$800.00
$495.00
$0.00
$0.00
$1,123.68
$0.00
$0.00
$9,710.56
$1,937.19
$2,700.23
$0.00
$0.00
$530.53
$328.25
$0.0o
$0.00
$1,123.68
$0.00
$0.00
$19,421.12
$1,937.19
$10,800.93
$0.00
$0.00
$530.53
$328.25
Rev. 01/15/04
REQUEST FOR QUOTATION
HA110A3
HA110A3
6E6
HP 3y Support Plus 24 SVC
SemerSWApplications
Support
$0.00
$2,009.00
$0.00
$1,543.76
rx6600 1st System
$0.00
$1,543.76
700
701
7O2
703
AD132A
AD132A
180
AD296A
AD296A
100
AB036B
AB036B
106
AB564A
AB564A
0D1
rx6600 HP-UX 4 Core (1.6
GHz) [#1]
HP rx6600 Base System Two
Processors
HP rx6600 Base Sys Two
1.6GHz/24MB Proc
HP Integrity rx6600 FIO I/O
Backplane
HP rx6600 PCI-X 2.0 IO
Backplane
HP rx36xx/66xx Internal SAS
Contrl Card
HP Core IO SAS Controller
RAID 1
HP rx3600 4GB DDR2
Memory Quad
Factory integrated
$0.00
$0.00
$27,350.00
$0.00
$0.00
$0.00
$0.00
$1,947.00
$0.00
$o.00
$0.00
$18,137.37
$0.00
$0.00
$0.00
$0.00
$1,291.16
$0.00
$0.00
$0.00
$18,137.37
$0.00
$0.00
$0.00
$0.00
$7,746.95
$0.00
Rev. 01/15/04
REQUEST FOR QUOTATION
705
7O6
7O7
708
709
AD126A
AD126A
0D1
AD141A
AD141A
0D1
AD142A
AD142A
0D1
A7173A
A7173A
0D1
AB378B
AB378B
0D1
AD052A
HP rx6600 24-DIMM Memory
Carrier Board
Factory integrated
HP Integrity 72GB 10k SAS
Drive
Factory integrated
HP Integrity DVD-ROM Drive
Factory integrated
HP Dual Channel Ultra320
SCSI Adapter
Factory integrated
HP PCI-X 2.0 1Por~ 4Gb
Fibre Channel HBA
Factory integrated
HP Integrity Redundant
Power Supply
$1,995.00
$0.00
$420.00
$0.00
$230.00
$0.00
$795°00
$0.00
$2,195.00
$0.00
$749.00
$1,322.99
$0.00
$278.53
$0.00
$152.53
$0.00
$527.20
$0.00
$1,455.62
$0.00
$496.69
$1,322.99
$0.00
$1,392.63
$0.00
$152.53
$0.00
$527.20
$0.00
$2,911.24
$0.00
$496.69
Rev. 01/15/04
REQUEST FOR QUOTATION
710
711
712
713
AD052A
0D1
AD053A
AD053A
B01
B8483AA
B8483AA
A JR
B8483AA
0D1
B8483AA
UMG
B8483AA
ABA
BA509AC
T2803BA
T2803BA
001
T2803BA
0D1
Factory integrated
HP Integrity Universal Rack
Kit
Include with complete system
HP-UX 11i v2
HP9000/Integrity MCOE
Media
DVD media
Factory integrated
HP-UX 11i Version 2
U.S. - English localization
HP-UX Integrity MCOE w/Sys
4 Proc LTU
HP Serviceguard Extension
for SAP LTU
LTU-lst SAP System on
$0.00
$150.00
$0.00
$0.00
$565.00
$199.00
$0.00
$0.00
$6,865.00
$0.00
$0.00
$99.47
$0.00
$0.00
$374.67
$131.96
$0.00
$0.00
$4,552.57
$0.00
$0.00
$99.47
$0.00
$0.00
$374.67
$131.96
$0.00
$0.00
$18,210.27
$0.00
Single Cluster
Factory integrated
$30,000.00
$0.00
$17,052.63
$0.00
$17,052.63
$0.00
Rev. 01/15/04
REQUEST FOR QUOTATION
9O0
4
HA114A1
HA114A1
57C
HA110A3
HA110A3
0BC
HA110A3
63U
HA110A3
69X
HA110A3
6KF
HA110A3
AAF
HA243A1
HP Installation and Startup
Service
HP Startup Integrity 4-socket
Server SVC
HP 3y Support Plus 24 SVC
Manuals on CD-ROM
SGeSAP/UX 1st Sys on
Cluster PCL Supt
HP rx6600 Svr(1,2,4
processor) HW Supp
HP-UX MCOE for IPF PCL
2/4 Sckt Support
CD-ROM (disk only)
HP Cluster Consistency
Service 2-3 node
$0.00
$1,750.00
$0.00
$0.00
$22,640.00
$2,521.00
$3,514.00
$0.00
$7,200.00
$0.00
$1,123.68
$0.00
$0.00
$14,537.26
$1,937.19
$2,700.23
$0.00
$5,532.63
Storage
$0.00
$1,123.68
$0.00
$0.00
$14,537.26
$1,937.19
$10,800.93
$0.00
$5,532.63
AD609B
HP MSL6030 2 UIt 960 Dr
FC Tape Library $22,000.00 $17,368.42 $17,368.42
HP Installation and Startup
1 HA114A1 Service $0.00 $0.00
HA114A!liP Startup for 1 MSL5U Lib
1 5DS SVC $3,750.00 $2,881.58 $2,881.58
Rev. 01/15/04
REQUEST FOR QUOTATION
2
221692-
B23
A7985A
A7985A
ABA
T3680E
T3724E
T5174A
T5335A
252663-
D72
C7508B
Q 1524C
C2364A
C2362B
Storage Works LC/LC 15m
Cable
HP StorageWorks 4/16 SAN
Switch
U.S. - English localization
HP Replication Sol Mgr
Media v3.0 SW
HP CV EVA 7.0 Rep Sol Mgr
3.0 Media Kit
HP CV EVA 4k Series 1TB
Lic
HP Bus Copy EVA4K Series
1TB LTU
HP 24A High Voltage US/JP
Modular PDU
HP Tape Array 5300 Field
Rack
HP StorageWorks DAT 72
Array Module
SCSI Terminator LVD/SE
HDTS68 Multimd
SCSI Cable 2.5m
VHDTS68/HDTS68 M/M
Multi
$103.00
$7,999.00
$150.00
$150.00
$2,300.00
$8,995.00
$299.00
$729.00
$1,025.00
$100.00
$175.00
$78.06
$6,062.40
$0.00
$77.37
$77.37
$1,186.32
$4,639.53
$267.53
$590.87
$830.79
$58.95
$103.16
$78.06
$12,124.80
$0.00
$77.37
$77.37
$5,931.60
$4,639.53
$535.06
$590.87
$3,323.16
$117.90
$206.32
Rev. 01/15/04
REQUEST FOR QUOTATION
28
28
16
C2978B
364621-
B22
HA113A1
HA113A1
594
HA113A1
596
HA113A1
5BW
HA113A1
5FE
HA113A1
5FL
A7446B
AD525C
221692-
B21
221692-
B23
SCSl Cable 0.5m HDTS68
M/M Multimd
HP StorageWorks 146GB
15K FC HDD, Add on
HP Installation Service
Tape Enclosure Installation
Tape Drive Installation
ProLiant Add On Options
Installation SVC
2/16 FC switch Installation
EVA Disk Drive Installation
HP 4GB SW Single Pack
SFP Transceiver
HP EVA4100/6100 Cont
Assembly
Storage Works LC/LC 2m
Cable
Storage Works LC/LC 15m
Cable
$99.00
$1,980.00
$0.00
$350.00
$350.00
$200.00
$500.00
$5O.O0
$199.00
$24,450.00
$77.00
$103.00
$58.36
$745.13
$0.00
$268.95
$268.95
$153.68
$384.21
$37.89
$150.82
$11,581.58
$58.36
$78.06
$116.72
$20,863.64
$0.00
$268.95
$1,075.80
$307.36
$768.42
$1,060.92
$2,413.12
$11,581.58
$233.44
$624.48
Rev. 01/15/04
REQUEST FOR QUOTATION
30
28
C7496B
C7973A
HA110A3
HA110A3
0BJ
HA110A3
463
HA110A3
4WT
HA110A3
6EC
HA110A3
8HH
HA110A3
8LA
HA110A3
8U5
HA110A3
8WH
HA110A3
A JR
HP Tape Array 5300 Power
Supply Fan Kit
HP Ultrium 800GB RW Data
Cartridge
HP 3y Support Plus 24 SVC
Manuals on paper only
MSL 5030/6030 Support
CV EVA3K/4K 1TB LTU
Support
4 Bay Rack Support
EVA FC 146GB/300GB HDD
Support
2/16 FC Switch Support
OVSOM, BC, CA and SP
band 8U5 Support
EVA4000 Cntr pair Support
DVD media
$319.00
$81.96
$5,040.00
$874.00
$1,558.00
$196.00
$979.00
$3,221.00
$2,323.00
$258.56
$46.59
$0.00
$0.00
$3,872.84
$561.20
$1,000.40
$136.17
$752.28
$2,068.22
$1,491.61
$0.00
$258.56
$1,397.70
$0.o0
$0.00
$3,872.84
$2,806.00
$1 ,OO0.4O
$3,812.76
$1,504.57
$2,068.22
$1,491.61
$0.00
Rev. 01/15/04
REQUEST FOR QUOTATION
4
HA110A3
8WJ
HA124A1
HA124A1
5G2
HA124A1
5AS
AD542B
M5314A FC DRIVE
ENCLOSURE SUPPORT
HP Technical Installation
Startup SVC
HP CP I&S BC-EVA Lvl 1
Tier1
HP Startup Command View
EVA (CV EVA) Svc
HP M5314B FC DRIVE
ENCLOSURE
TOTAL for
Hardware/Software/Support
SALES TAX
TOTAL
$256.00
$9,700.00
$3,070.00
$4,750.00
$177.85
$0.00
$6,228.42
$1,971.26
$1,787.51
$711.40
$0.00
$6,228.42
$1,971.26
$7,150.04
$417,653.12
$34,456.38
$452,109.51
NET TERMS OF SALE:Net 30 Days
DELIVERY:Delivery terms shall be F.O.B. Destination within Palo Alto, Freight Prepaid in
accordance with the attached terms and conditions. Estimated Delivery Time will be
considered in the evaluation of quotes received.
Estimated Delivery Time: Within 30 Days - per Hewlett Packard
Main Delivery point:
City of Palo Alto
Municipal Service Center
3201 E. Bayshore Road
Palo Alto, CA 94303
Other Delivery Point:
As required - TBD
Signature(s) must be the same signature(s) as appear(s) in Part II, Bidder Information, of this
RFQ:
Rev. 01/15/04
REQUEST FOR QUOTATION
Firm: Systems Technology Associates
Signature:
Signature:
Name: Rob Schaeffer Name:
(Print or type name)
Simon Palmer
(Print or type name)
Rev. 01/15/04
REQUEST FOR QUOTATION
EXHIBIT A
SCOPE OF SERVICES and PRODUCT SPECIFICATIONS
1.SCOPE OF SERVICES
The CiTY of Palo Alto is upgrading its current SAP System and intends to procure the
necessary hardware (HP) and operating software to support the upgrade.
II. PRODUCT SPECIFICATIONS
The CITY seeks to purchase the following structured solution with this defined configuration.
Qty Model
Item
No.
100 2
2
101 2
2
102 2
2
103 4
4
104 4
4
105 2
106
107
108
109
110
111
112
113
200
AB596A
AB596A
AD295A
AD295A
AB036B
AB036B
AB563A
AB563A
AB565A
AB565A
AD125A
2 AD125A
6 AD141A
6 AD141A
2 AD142A
2 AD142A
2 A7173A
2 A7173A
4 AB378B
4 AB378B
2 AD052A
2 AD052A
2 AD053A
2 AD053A
2 B8482AA
B8482AA
2 0D1
B8482AA
2 UMG
B8482AA
2 ABA
8 BA531AC
1 HA114A1
Description
rx3600 HP-UX 4 Core (1.4 GHz) [DEV]
HP rx3600 Base System Two Processors
140 HP rx3600 Base System two 1.4/12MB Proc
HP Integrity IO Backplane
100 HP rx3600 PCI-X 2.0 IO Backplane
HP rx36xx/66xx Internal SAS Contrl Card
106 HP Core IO SAS Controller RAID 1
HP rx3600 2GB DDR2 Memory Quad
0D1 Factory integrated
HP rx3600 8GB DDR2 Memory Quad
0D1 Factory integrated
HP rx3600 24 DIMM Carrier Board
0D1 Factory integrated
HP Integrity 72GB 10k SAS Drive
0D1 Factory integrated
HP Integrity DVD-ROM Drive
0D1 Factory integrated
HP Dual Channel Ultra320 SCSI Adapter
0D1 Factory integrated
HP PCI-X 2.0 1Port 4Gb Fibre Channel HBA
0D1 Factory integrated
HP Integrity Redundant Power Supply
0D1 Factory integrated
HP Integrity Universal Rack Kit
B01 Include with complete system
HP-UX 11iv2 HP9000/Integrity EOE Media
Factory integrated
HP-UX 1 li Version 2
U.S. - English localization
HP-UX Integrity EOE w/Sys 2 Proc PCL LTU
HP Installation and Startup Service
Rev. 01/15/04
REQUEST FOR QUOTATION
2
300 1
8
0
400 1
1
401 1
1
4O2 1
1
4O3 6
6
404 1
1
405 5
5
406 1
1
407 1
1
408 2
2
409 1
1
4!0 1
1
411 1
1
1
1
412 4
413 1
1
1
500 1
1
600 1
1
1
1
4
HA114A1 565
HA110A3
HA110A3
69Y
HA110A3
6KE
AD132A
AD132A 180
AD296A
AD296A 100
AB036B
AB036B 106
AB564A
AB564A 0D1
AD126A
AD126A 0D1
AD141A
AD141A 0D1
A D 142A
AD142A 0D1
A7173A
A7173A 0D1
AB378B
AB378B 0D1
AD052A
AD052A 0D1
AD053A
AD053A B01
B8483AA
B8483AA
0D1
B8483AA
UMG
B8483AA
ABA
BA509AC
T2803BA
T2803BA 003
T2803BA 0D1
HA 114A1
HA114A1
57C
HA110A3
HA110A3
0BC
HA110A3
63V
HA110A3
69X
HA110A3
6KF
HP Startup Integrity 2-socket Server SVC
HP 3y Support Plus 24 SVC
HP rx3600 Svr (1,2 processors) HW Supp
HP-UX EOE for IPF PCL 2/4 Socket Support
rx6600 HP-UX 4 Core (1.6 GHz) [#2]
HP rx6600 Base System Two Processors
HP rx6600 Base Sys Two 1.6GHz/24MB Proc
HP Integrity rx6600 FIO I/O Backplane
HP rx6600 PCI-X 2.0 IO Backplane
HP rx36xx/66xx Internal SAS Contrl Card
HP Core IO SAS Controller RAID 1
HP rx3600 4GB DDR2 Memory Quad
Factory integrated
HP rx6600 24-DIMM Memory Carrier Board
Factory integrated
HP Integrity 72GB 10k SAS Drive
Factory integrated
HP Integrity DVD-ROM Drive
Factory integrated
HP Dual Channel Ultra320 SCSI Adapter
Factory integrated
HP PCI-X 2.0 1Port 4Gb Fibre Channel HBA
Factory integrated
HP Integrity Redundant Power Supply
Factory integrated
HP Integrity Universal Rack Kit
Include with complete system
HP-UX 11i v2 HP9000/Integrity MCOE Media
Factory integrated
HP-UX 11i Version 2
U.S. - English localization
HP-UX Integrity MCOE w/Sys 4 Proc LTU
HP Serviceguard Extension for SAP LTU
LTU-2nd & 3rd SAP Sys Sgl Cluster
Factory integrated
HP Installation and Startup Service
HP Startup Integrity 4-socket Server SVC
HP 3y Support Plus 24 SVC
Manuals on CD-ROM
SGeSAP/UX 2nd/3rd Sys on Clustr PCL Supt
HP rx6600 Svr(1,2,4 processor) HW Supp
HP-UX MCOE for IPF PCL 2/4 Sckt Support
Rev. 01/15/04
REQUEST FOR QUOTATION
HA110A3
1 AAF
0
700 1 AD132A
1 AD132A
701 1 AD296A
1 AD296A
702 1 AB036B
1 AB036B
703 6 AB564A
6 AB564A
704 1 AD126A
1 AD126A
705 5 AD141A
5 AD141A
706 1 AD142A
1 AD142A
707 1 A7173A
1 A7173A
708 2 AB378B
2 AB378B
709 1 AD052A
1 AD052A
710 1 AD053A
1 AD053A
711 1 B8483AA
B8483AA
1 A JR
B8483AA
1 0D1
B8483AA
1 UMG
B8483AA
1 ABA
712 4 BA509AC
713 1 T2803BA
1 T2803BA
1 T2803BA
800 1 HA114A1
HA114A1
1 57C
900 1 HA110A3
HA110A3
1 0BC
HA110A3
1 63U
HA110A3
1 69X
HA110A3
4 6KF
HA110A3
1 AAF
CD-ROM (disk only)
rx6600 HP-UX 4 Core (1.6 GHz) [#1]
HP rx6600 Base System Two Processors
180 HP rx6600 Base Sys Two 1.6GHz/24MB Proc
HP Integrity rx6600 FIO I/O Backplane
100 HP rx6600 PCI-X 2.0 IO Backplane
HP rx36xx/66xx Internal SAS Contrl Card
106 HP Core IO SAS Controller RAID 1
HP rx3600 4GB DDR2 Memory Quad
0D1 Factory integrated
HP rx6600 24-DIMM Memory Carrier Board
0D1 Factory integrated
HP Integrity 72GB 10k SAS Drive
0D1 Factory integrated
HP Integrity DVD-ROM Drive
0D1 Factory integrated
HP Dual Channel Ultra320 SCSI Adapter
0D1 Factory integrated
HP PCI-X 2.0 1Port 4Gb Fibre Channel HBA
0D1 Factory integrated
HP Integrity Redundant Power Supply
0D1 Factory integrated
HP Integrity Universal Rack Kit
B01 Include with complete system
HP-UX 1 li v2 HPg000/Integrity MCOE Media
001
0D1
DVD media
Factory integrated
HP-UX 11i Version 2
U.S. - English localization
HP-UX Integrity MCOE w/Sys 4 Proc LTU
HP Serviceguard Extension for SAP LTU
LTU-lst SAP System on Single Cluster
Factory integrated
HP Installation and Startup Service
HP Startup Integrity 4-socket Server SVC
HP 3y Support Plus 24 SVC
Manuals on CD-ROM
SGeSAP/UX 1st Sys on Cluster PCL Supt
HP rx6600 Svr(1,2,4 processor) HW Supp
HP-UX MCOE for IPF PCL 2/4 Sckt Support
CD-ROM (disk only)
Rev. 01/15/04
REQUEST FOR
4
1
3600 1
2
28
3700 1
QUOTATION
HA110A3
8VVH
HA110A3
8WJ
HA110A3
AJR
HA113A1
HA113A1
5BW
HA113A1
HA124A1
HA124A1
5G2
HA124A1
5AS
5FL
EVA4000 Cntr pair Support
M5314A FC Drive Enclosure Support
DVD media
HP Installation Service
ProLiant Add On Options Installation SVC
EVA Disk Drive Installation
HP Technical Installation Startup SVC
HP CP I&S BC-EVA Lvl 1 Tier1
HP Startup Command View EVA (CV EVA)
Svc
Rev. 01/15/04