Loading...
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