signature sheet


[PDF]signature sheet - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

6 downloads 206 Views 287KB Size

IBM Power 7+ Server and Installation Services

. STATEMENT OF WORK

Specifications 1. Background and Scope: The City of Topeka, Public Works Department, is requesting proposals from qualified vendors for the procurement of an IBM Power 7+ Server and professional installation services. The IBM Power 7+ Server will be a 4-core, 2-LPAR system necessary to support both a test and production environment. 2. Professional Installation Services Scope: The successful respondent shall be responsible for: 1) processing the equipment order with IBM, 2) coordinating equipment delivery, 3) unpackaging and verifying delivered equipment serial numbers and unit quantities against order, 4) racking equipment, 5) cabling equipment to include proper cable management, 6) turning systems up, 7) validating system successful power on self-test and system integrity on startup, 8) verifying equipment is at the latest firmware, drivers and BIOS and making necessary changes to ensure equipment is current with all IBM recommended versions of firmware, drivers and BIOS levels, 9) configure HMC and connect to Power7+ server, 10) test HMC for proper functionality to include IP connection for management purposes, 11) configure proper IP settings, 12) assist City IT in connecting system to City data network and verify network connectivity, 13) create dual VIOS partition and install VIOS, 14) install storage management software and configure arrays, LUNS and hosts to DS3500 storage, 15) create VM (power) partition definitions, 16) map storage and network to VM client, 17) base load iOS 7.1, 18) apply any necessary PTF’s to operating system and PTF’s necessary to support hardware devices, 19) validate server system, HMC and storage are functioning and communicating properly, 20) ensure LPARS are ready for application and database installation, 21) provide knowledge transfer to customer regarding VIOS and DS3524 Storage Manager and 22) perform any other tasks necessary to make system operational and ready to accept an application and data load. 3. Vendor Qualifications: Respondents shall be a certified reseller for IBM Power7+ products and a certified business partner with IBM necessary to qualify potential respondents for installation and configuration services. Installation and configuration services shall be conducted in a manner that will certify the system with IBM as functional and without problems upon installation necessary to properly initiate system warranty. Provide three (3) references of like projects and contact information with your bid. 4. Selection Criteria: The final selection of the IBM Power 7+ Server will be based on best

1

IBM Power 7+ Server and Installation Services

business value, lowest total cost of ownership to include all applicable discounts over the lifecycle of the ownership engagement, vendor qualifications as stated in 3 above and positive references in terms of professional installation and configuration services. 5. Minimum Specifications: The following are minimum hardware and software specifications:

Line #

1

Part #

8202-E4D

Description

Server 1:8202 Model E4D

2

0040

Mirrored System Disk Level, Specify Code

3

0265

AIX Partition Specify

4

0267

IBM i Operating System Partition Specify

5

0567

IBM i 7.1 Specify Code

6

0777

Power 720 4-core Express Edition for IBM i

7

0837

SAN Load Source Specify

8

1886

146GB 15K RPM SFF SAS Disk Drive (AIX/Linux)

9

2146

Primary OS - AIX

10

2893

PCIe 2-Line WAN w/Modem

11

3930

System Serial Port Converter Cable

12

4651

Rack Indicator, Rack #1

13

5227

PowerVM Standard Edition

14

5532

System AC Power Supply, 1925 W

15

5618

Storage Backplane -- 6 SFF Bays/ SATA DVD/HH

16

5735

8 Gigabit PCI Express Dual Port Fibre Channel Adpt

17

5771

SATA Slimline DVD-RAM Drive

18

5899

PCIe2 4-port 1GbE Adapter

19

5901

PCIe Dual-x4 SAS Adapter

20

6577

Power Cable - Drawer to IBM PDU, 200-240V/10A

21

7134

IBM Rack-mount Drawer Bezel and Hardware

22

7145

IBM/OEM Rack-mount Drawer Rail Kit

23

9300

Language Group Specify - US English

24

9441

New IBM i License Core Counter

25

9447

VIOS Core Counter

26

9448

Other IBM i License Core Counter

27

EJ02

Split Drive Bay Capability for #5618

28

EM01

Memory Riser Card

29

EM08

8GB (2x4GB) Memory DIMMs, 1066 MHz, 2Gb DDR3

30

EPCK

4-core 3.6 GHz POWER7+ Processor Module

31

EPDK

One Processor Activation for # EPCK

2

IBM Power 7+ Server and Installation Services

32

EPEK

Zero-priced Processor Activation for #EPCK

33

ESC6

S&H - b

34

5770-SSA

35

1549

36

5770-SSC

37

1566

38

5770-SS1

39

1383

40

5733-SP3

41

0003

42

5733-SP0

43

0001

44

5765-PVS

45

0001

46

5773-PVS

47

0015

Per Processor small system 3 yr reg

48

0001

Per Processor small system 3Yr 24x7

49

5664-WQE

50

0001

OTC per Core - After License

51

0003

OTC per Core 24x7 Support

IBM i per Processor License Billing OTC per Core w/ 90-Day SWMA (E4x 4-Core)

IBM i per User Billing BOTC Unlimited Users (4-Core)

IBM i V7 OTC Keyed SW Media IBM SW Maintenance for IBM i and Selected Registration

Products, 3-Year

P05 Registration/Renewal 24x7 IBM SW Maintenance for IBM i and Selected Extended Registration P05 Per Processor 3-Year Extended

PowerVM Standard Edition Per Processor small system

PowerVM Standard Edition SW Maintenance

3-Year After License for 5733-WQE

52

1746-A4D

DS3524 Dual Controller Storage System

53

68Y8434

2GB Cache Upgrade

54

81Y9891

300GB 2.5in 15K 6Gb SAS HDD

55

49Y2048

600GB 2.5in 10K 6Gb SAS HDD

56

68Y8432

8Gb FC 4 Port Daughter Card

57

88Y8199

3 Year Onsite Repair 24x7 4 Hour Response

58

8Gb FC SW SFP (2) Transceivers (pair)

59

00W1242 68Y8458 AIX/VIOS Host Kit

60

69Y2909

US 10A line C13 to NEMA 5-15P 2.8m

61

39M5696

1m Fibre Optic Cable LC-LC

62

3573-L2U

TS3100 Tape Library Express

AIX/VIOS Host Kit

3

Products, 3-Year

IBM Power 7+ Server and Installation Services

63

5502

2.0M Mini-SAS/Mini-SAS 1x Cable

64

7002

Rack Mount Kit

65

8002

Ultrium Cleaning Cartridge L1 UCC

66

8247

Ultrium 5 Half-High SAS Tape Drive

67

8505

Ultrium 5 Data Cartridge (5-pack)

68

9800

2.8m Power Cord 125V US/Canada

69

9848

Rack to PDU Line Cord

70

8204-E4D

71

3573-L2U

Power 7+ Server IBM Service Warranty Upgrades TS3100 Tape Library Express Service Warranty Upgrade

4

IBM Power 7+ Server and Installation Services

City of Topeka Financial Services Department Contracts and Procurement Division (Rev. 11-05) CONTRACTUAL PROVISIONS ATTACHMENT 1.

TERMS HEREIN CONTROLLING PROVISIONS It is expressly agreed that the terms of each and every provision in this attachment shall prevail and control over the terms of any other conflicting provision in any other document relating to and a part of the contract in which this attachment is incorporated.

2.

AGREEMENT WITH KANSAS LAW All contractual agreements shall be subject to, governed by, and construed according to the laws of the State of Kansas.

3.

TERMINATION DUE TO LACK OF FUNDING APPROPRIATION If, in the judgment of the City Manager, sufficient funds are not appropriated to continue the function performed in this agreement and for the payment of the charges hereunder, City may terminate this agreement at the end of its current fiscal year. City agrees to give written notice of termination to contractor at least 30 days prior to the end of its current fiscal year, and shall give such notice for a greater period prior to the end of such fiscal year as may be provided in this contract, except that such notice shall not be required prior to 90 days before the end of such fiscal year. Contractor shall have the right, at the end of such fiscal year, to take possession of any equipment provided City under the contract. City will pay to the contractor all regular contractual payments incurred through the end of such fiscal year, plus contractual charges incidental to the return of any such equipment. Upon termination of the agreement by City, title to any such equipment shall revert to contractor at the end of City's current fiscal year. The termination of the contract pursuant to this paragraph shall not cause any penalty to be charged to the agency or the contractor.

4.

DISCLAIMER OF LIABILITY Neither the City of Topeka nor any departments or divisions thereof shall hold harmless or indemnify any Contractor.

5.

ANTI-DISCRIMINATION CLAUSE The contractor agrees: (a) to comply with the City of Topeka ordinance prohibiting unlawful discrimination (City of Topeka Code Section 86-51 et seq.); the Kansas Act Against Discrimination (K.S.A. 44-1001 et seq.); the Kansas Age Discrimination in Employment Act (K.S.A. 44-111 et seq.); all applicable provisions of the Americans With Disabilities Act (42 U.S.C. 12101 et seq.) (ADA); and to not unlawfully discriminate against any person because of race, religion, creed, color, age, sex, disability, national origin or ancestry in the admission or access to, or treatment or employment in, its programs or activities; (b) to include in all solicitations or advertisements for employees, the phrase "equal opportunity employer;" (c) to comply with the affirmative action program requirements set out at City of Topeka Code Section 86-133; (d) to include those provisions in every subcontract or purchase order so that they are binding upon such subcontractor or vendor; (e) that a failure to comply with the requirements of (c) above or if the contractor is found guilty of any violation by the Topeka Human Relations Commission or the Kansas Human Rights Commission, such violation shall constitute a breach of contract and the contract may be cancelled, terminated or suspended, in whole or in part by the City of Topeka; (f) if it is determined that the contractor has violated applicable provisions of the ADA, such violation shall constitute a breach of contract and the contract may be cancelled, terminated or suspended, in whole or in part, by the City of Topeka. Parties to this contract understand that the provisions of this paragraph (with the exception of those provisions relating to the ADA) are not applicable to a contractor who employs fewer than four employees during the term of such contract or whose contracts with the City cumulatively total $5,000 or less during the fiscal year of such agency.

6.

ACCEPTANCE OF CONTRACT This contract shall not be considered accepted, approved or otherwise effective until the legally required approvals and certifications have been given.

5

IBM Power 7+ Server and Installation Services

7.

ARBITRATION, DAMAGES, WARRANTIES Notwithstanding any language to the contrary, no interpretation shall be allowed to find the City or any department or division thereof has agreed to binding arbitration, or the payment of damages or penalties upon the occurrence of a contingency. Further, the City of Topeka shall not agree to pay attorney fees or late payment charges, and no provision will be given effect which attempts to exclude, modify, disclaim or otherwise attempt to limit implied warranties of merchantability and fitness for a particular purpose.

8.

REPRESENTATIVE'S AUTHORITY TO CONTRACT By signing this contract, the representative of the contractor thereby represents that such person is duly authorized by the contractor to execute this contract on behalf of the contractor and that the contractor agrees to be bound by the provisions thereof.

9.

RESPONSIBILITY FOR TAXES The City of Topeka shall not be responsible for, nor indemnify a contractor for, any federal, state or local taxes which may be imposed or levied upon the subject matter of this contract.

10.

INSURANCE The City of Topeka shall not be required to purchase any insurance against loss or damage to any personal property to which this contract relates. Subject to the provisions of the Kansas Tort Claims Act (K.S.A. 75-6101 et seq.), and the claims provisions of the Code of the City of Topeka (Section 2-476 et seq.), the vendor or lessor shall bear the risk of any loss or damage to any personal property in which vendor or lessor holds title.

COMPANY NAME: ______________________________________________

AUTHORIZED SIGNATURE: ______________________________________

PRINTED NAME: _______________________________________________

Submit with your proposal.

6

IBM Power 7+ Server and Installation Services

Contractor's Statement of Agreement The City of Topeka, Kansas requires that all contracts of the City and its agencies include specific provisions to ensure equal employment opportunity and that all contractors provide evidence of the adoption of an affirmative action program. To comply with these requirements, all persons wishing to enter into a contract with the City shall complete and sign this agreement. The contractor agrees to: 1.

Comply with K.S.A. 44-1030 requiring that: (A)

The contractor shall observe the provisions of the Kansas act against discrimination and shall not discriminate against any person in the performance of work under the present contract because of race, religion, color, sex, disability unrelated to such person's ability to engage in the particular work, national origin or ancestry;

(B)

In all solicitations or advertisements for employees, the contractor shall include the phrase, "equal opportunity employer," or a similar phrase to be approved by the Contracts and Procurement Division;

(C)

If the contractor fails to comply with the manner in which the contractor reports to the Contracts and Procurement Division in accordance with the provisions of K.S.A. 44-1031, the contractor shall be deemed to have breached the present contract and it may be cancelled, terminated or suspended, in whole or in part, by the contracting agency;

(D)

If the contractor is found guilty of a violation of the Kansas act against discrimination under a decision or order of the Contracts and Procurement Division which has become final, the contractor shall be deemed to have breached the present contract and it may be cancelled, terminated or suspended, in whole or in part, by the contracting agency; and

(E)

The contractor shall include the provisions of paragraphs (A) through (D) in every sub-contract or purchase order so that such provisions will be binding upon such sub-contractor or vendor.

2.

Guarantee that during the performance of any City contractor agreement the contractor, sub-contractor, vendor, or supplier of the City shall comply with all provisions of the Civil Rights Act of 1866 as amended, Civil Rights Act of 1964 as amended, Equal Employment Opportunity Act of 1972 as amended, Executive Order 11246, Age Discrimination in Employment Act of 1967 as amended, Americans with Disabilities Act of 1990 and Rehabilitation Act of 1973 as amended, Equal Pay Act of 1963 and City of Topeka Ordinance No. 16889 and any regulations or amendments thereto.

3.

Submit to the Contracts and Procurement Division a written affirmative action program, a certificate of compliance or such other certificate as is acceptable to the Contracts and Procurement Division which is evidence of the adoption of an affirmative action program. The contractor agrees to maintain a current and accurate plan on file with the Contracts and Procurement Division and shall update the plan as needed.

______________________________________________ Company Name

__________________________________________ Company Address

______________________________________________ Signature and Title

__________________________________________ Date

Revised 01-10-01 Submit with your proposal.

7