HomeMy WebLinkAbout07-18-2017 Item 11 - Enterprise Storage upgrade Meeting Date: 7/18/2017
FROM: Derek Johnson, Assistant City Manager
Prepared By: Miguel Guardado, Network Services Supervisor
SUBJECT: ENTERPRISE STORAGE UPGRADE
RECOMMENDATION
1. Award a contract and authorize a purchase order for Connection (formally GovConnection)
in the amount of $299,972 for the upgrade and installation of the City’s Enterprise Storage
System (the Compellent storage solution) and three years of 24/7 support; and
2. Waive formal bids and authorize use of Dell WSCA/NASPO Contract#: MNWNC-108 to
procure this purchase from Connection (formally GovConnection) as allowed under 3.24.060
E. of the City of San Luis Obispo Muncipal Code.
DISCUSSION
Background
In October 2010, Information Technology issued a request for proposals (RFP) for a centralized
data storage system to support the new EnerGov, Laserfiche, Cityworks and Utility billing systems.
Staff awarded a contract to GovConnection to supply a Compellent data storage system. In 2012,
the storage system was migrated to support the Police Department’s growing needs and new
controllers and shelves were purchased for the City’s operations through GovConnection.
Additional storage shelves are purchased as necessary to support the growing needs of all City
Departments.
The Compellent storage solution consists of primary data storage equipment located at City Hall
and Police Headquarters; mirrored secondary storage systems are located at the Emergency
Dispatch Center. Data is continually updated to the mirrored storage system for disaster recovery.
The City achieved this design through the RFP process in 2010.
Current Storage Status
This Council Agenda report is requesting authorization to purchase new controllers and drive
shelves to replace the current end-of-life (EOL) equipment. EOL means that the migrated
controllers and shelves for the Police Department are EOL in January of 2018. Some storage
shelves for all other Departments are EOL in January of 2018, while the controllers are EOL in
January 2019.
IT requests to purchase new storage controllers and shelves to replace the EOL equipment to
continue to support the needs of all City Departments. We have requested through Connection to
upgrade all EOL controllers and shelves in a single purchase utilizing Dell WSCA/NASPO
Contract#: MNWNC-108.
Packet Pg. 129
11
ENVIRONMENTAL REVIEW
The requested actions are not subject to the California Environmental Quality Act.
FISCAL IMPACT
Funding for this project is available from combining two Council approved Capital Improvement
Projects: the VMware Infrastructure and Storage Capacity Replacement projects that are interrelated
and support this initiative.
ALTERNATIVES
An alternative is to continue using the existing enterprise storage system that has become End-
of-Life and risk that the vendor will no longer support the critical City hardware. This would
place the City in a difficult position should a hardware problem arise and staff must wait days for
parts or a very expensive resolution. City departments depend on the data, applications and the
many systems stored in this Enterprise Storage System.
Staff researched the possibility of utilizing cloud based storage rather than in -house physical
storage equipment. Cloud based storage costs proved to be considerably more expensive due to
the on-going access fees required for the compute and delivery of data from the Cloud
environment. In addition, the equipment requested in this report will seamlessly integrate with
the City’s newer Dell Compellent storage system. Only part of the current Compellent system is
due for replacement.
These alternatives are not recommended for stated reasons.
Packet Pg. 130
11
Attachments:
a - GCI Quote#24361847_04-W1
b - NASPO State of California's Participating Addendum
c - Form of Agreement - Connection
d - General Terms and Conditions
e - Quote_PCC05503A SC4020i replace S40 17987_17988
f - Quote_PCC05504A SLO SC4020i replace S40 17986 (ECC)
g - Quote_PCC05505B SLO SC4020i replace S40 8325 (Fire 1)
h - Quote_PCC05506B SLO SC4020i to replace S40 8326_8327 (City Hall)
Packet Pg. 131
11
ORDERING INFORMATION
GovConnection, Inc. DBA Connection
Dell WSCA/NASPO Contract #: MNWNC-108
State of California Participation Addendum
Contract Expiration: 1 October 2020
Please contact your account manager with questions.
Ordering Address
GovConnection, Inc.
732 Milford Road
Merrimack, NH 03054
Remittance Address
GovConnection, Inc.
PO Box 536477
Pittsburgh, PA 15253-5906
Please reference the Contract # on all purchase orders.
TERMS & CONDITIONS
Payment Terms: NET 30 (subject to approved credit)
FOB Point: DESTINATION (within Continental US)
Maximum Order Limitation: NONE
FEIN: 52-1837891
DUNS Number: 80-967-8782
CEC: 80-068888K
Cage Code: OGTJ3
Business Size: LARGE
WARRANTY: Manufacturer’s Standard Commercial Warranty
Important Notice: --- THIS QUOTATION IS SUBJECT TO THE FOLLOWING Terms of Sale: All purchases from GovConnection, Inc. are
subject to the Terms and Conditions of our Dell WSCA/NASPO Contract #MNWNC-108 - State of California Participation Addendum
Contract. Any Order accepted by GovConnection for the items included in this Quotation is expressly limited to those Terms and
Conditions; any other terms and conditions referenced or appearing in your Purchase Order are considered null and void. No other
terms and conditions shall apply without the written consent of GovConnection, Inc. Please refer to our Quote Number in your order.
If you require a hard copy invoice for your credit card order, please visit the link below and click on the
Proof of Purchase/Invoice link on the left side of the page to print one:
https://www.govconnection.com/web/Shopping/ProofOfPurchase.htm
Please forward your Contract to: SLEDOPS@connection.com
QUESTIONS: Call 800-800-0019
FAX: 603.683.0374
Packet Pg. 132
11
Account Executive:Shaun McFadden
Phone:(800) 800-0019 ext. 33178
Fax:(603) 683-0732
Email:shaun.mcfadden@connection.com Date:6/23/2017
Valid Through:7/22/2017
Account Manager:Account #:2072289
Phone:
Fax:
Email:
Customer Contact:Eric Mortensen Phone:(805) 781-7529
Email:emortensen@slocity.org Fax:(805) 431-5000
DELIVERY FOB SHIP VIA SHIP WEIGHT TERMS CONTRACT ID#
Destination UPS Ground Commercial .00 lbs NET 30 MNWNC-108
*Line #Qty Item #Mfg. Part #Description Mfg.Price Ext
1 1 Dell / Compellent System 8325 Upgrade 75,399.00$ 75,399.00$
2 1 Dell / Compellent System 17987 / 17988
Upgrade 63,799.00$ 63,799.00$
3 1 Dell / Compellent System 17986 Upgrade 63,799.00$ 63,799.00$
4 1 Dell / Compellent System 8326 / 8327
Upgrade 75,399.00$ 75,399.00$
Subtotal 278,396.00$
Fee 0.00$
Shipping and
Handling 0.00$
Tax 21,575.68$
Total 299,971.68$
5-30 Days A/R/O
Important Notice: --- THIS QUOTATION IS SUBJECT TO THE FOLLOWING Terms of Sale: All purchases from GovConnection, Inc. are subject to the Terms and Conditions of our Dell
WSCA/NASPO Contract #MNWNC-108 - State of California Participation Addendum Contract. Any Order accepted by GovConnection for the items included in this Quotation is expressly limited
to those Terms and Conditions; any other terms and conditions referenced or appearing in your Purchase Order are considered null and void. No other terms and conditions shall apply without
the written consent of GovConnection, Inc. Please refer to our Quote Number in your order.
(805) 781-7135 (805) 781-7529
SALES QUOTE
GovConnection, Inc.# 24361847.04-W1
732 Milford Road PLEASE REFER TO THE ABOVE
QUOTE # WHEN ORDERINGMerrimack, NH 03054
CITY OF SAN LUIS OBISPO
990 PALM STREET
QUOTE PROVIDED TO:SHIP TO:
AB#: 2072289 AB#: 14175647
CITY OF SAN LUIS OBISPO
JASON TAKAGI ERIC MORTENSEN
990 PALM ST
SAN LUIS OBISPO, CA 93401 SAN LUIS OBISPO, CA 93401
Page 2 of 2 6/23/2017Packet Pg. 133
11
Packet Pg. 134
11
Packet Pg. 135
11
Packet Pg. 136
11
Packet Pg. 137
11
Packet Pg. 138
11
Packet Pg. 139
11
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this
_____________day of ____________________________________, by and between the CITY OF SAN
LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and GovConnection, INC, DBA
Connection. hereinafter referred to as Contractor.
W I T N E S S E T H:
WHEREAS, on the City wants to upgrade the existing Enterprise Storage System and Support
Services; and
WHEREAS, Contractor is qualified to perform this type of service and has submitted a proposal to
do so which has been accepted by the City.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants
hereinafter contained, the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and
entered, as first written above, until contract expiration.
2. CITY'S OBLIGATIONS. For providing services as specified in this agreement, City
will pay, and Contractor shall receive, compensation in a total sum not to exceed $299,971.68.
4. CONTRACTOR’S OBLIGATIONS. For and in consideration of the payments and
agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City provide
all specified services as described GCI Quote#24361847_04-W1 attached hereto and incorporated into this
Agreement by reference. Contractor further agrees to the contract and performance terms as set forth in
Exhibit B attached hereto and incorporated into this Agreement by reference.
5. AMENDMENTS. Any amendment, modification or variation from the terms of this
Agreement shall be in writing and shall be effective only upon approval by the City Administrative Officer.
6. COMPLETE AGREEMENT. This written Agreement, including all writings
specifically incorporated herein by reference, shall constitute the complete agreement between the parties
hereto. No oral agreement, understanding, or representation not reduced to writing and specifically
incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or
representation be binding upon the parties hereto.
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail,
postage prepaid by registered or certified mail addressed as follows:
Packet Pg. 140
11
Page 2
City City Clerk
City of San Luis Obispo
990 Palm Street
San Luis Obispo, CA 93401
Consultant GovConnection, Inc.
Attn: Mr. Shaun McFadden
732 Milford Road
Merrimack, NH 03054
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant
that each individual executing this agreement on behalf of each party is a person duly authorized and
empowered to execute Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day
and year first above written.
ATTEST: CITY OF SAN LUIS OBISPO:
________________________________ By: _____________________________________
, City Clerk Mayor
APPROVED AS TO FORM: CONTRACTOR:
________________________________ By: _____________________________________
City Attorney GovConnection, Inc.
Packet Pg. 141
11
City of San Luis Obispo – General Terms and Conditions
1
1. Business Tax. The Contrator must have a valid City of San Luis Obispo business tax certificate
before execution of the contract. Additional information regarding the City's business tax program
may be obtained by calling (805) 781-7134.
2. Ability to Perform. The Contrator warrants that it possesses, or has arranged through
subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out
and complete the work hereunder in compliance with any and all federal, state, count y, city, and
special district laws, ordinances, and regulations.
3. Laws to be Observed. The Contrator shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo
ordinances, regulations and adopted codes during its performance of the work.
4. Payment of Taxes. The contract prices shall include full compensation for all taxes that the
Contrator is required to pay.
5. Permits and Licenses. The Contrator shall procure all permits and licenses, pay all charges and
fees, and give all notices necessary.
6. Safety Provisions. The Contrator shall conform to the rules and regulations pertaining to safety
established by OSHA and the California Division of Industrial Safety.
7. Public and Employee Safety. Whenever the Contrator's operations create a condition hazardous
to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect
and maintain such fences, temporary railings, barricades, lights, signs and other devices and take
such other protective measures as are necessary to prevent accidents or damage or injury to the
public and employees.
8. Preservation of City Property. The Contrator shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured or
damaged resulting from the Contrator's operations, it shall be replaced or restored at the Contrator's
expense. The facilities shall be replaced or restored to a condition as good as when the Contrator
began work.
9. Immigration Act of 1986. The Contrator warrants on behalf of itself and all sub-Contrators
engaged for the performance of this work that only persons authorized to work in the United States
pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be
employed in the performance of the work hereunder.
10. Contrator Non-Discrimination. In the performance of this work, the Contrator agrees that it will
not engage in, nor permit such sub- Contrators as it may employ, to engage in discrimination in
employment of persons because of age, race, color, sex, national origin or ancestry, sexual
orientation, or religion of such persons.
11. Work Delays. Should the Contrator be obstructed or delayed in the work required to be done
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire,
earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due
to federal government restrictions arising out of defense or war programs, then the time of
completion may, at the City's sole option, be extended for such periods as may be agreed upon by
the City and the Contrator.
Packet Pg. 142
11
City of San Luis Obispo – General Terms and Conditions
2
12. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and
acceptance by the City of the materials, supplies, equipment or services provided by the Contrator
(Net 30).
13. Inspection. The Contrator shall furnish City with every reasonable opportunity for City to
ascertain that the services of the Contrator are being performed in accordance with the
requirements and intentions of this contract. All work done and all materials furnished, if any,
shall be subject to the City's inspection and approval. The inspection of su ch work shall not relieve
Contrator of any of its obligations to fulfill its contract requirements.
14. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Contrator in preparing its invoices to City as a condition precedent to any
payment to Contrator.
15. Interests of Contrator. The Contrator covenants that it presently has no interest, and shall not
acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree
with the performance of the work hereunder. The Contrator further covenants that, in the
performance of this work, no sub-Contrator or person having such an interest shall be employed.
The Contrator certifies that no one who has or will have any financial interest in performing this
work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of
the work hereunder, the Contrator shall at all times be deemed an independent Contrator and not an
agent or employee of the City.
16. Indemnification for Professional Liability. To the fullest extent permitted by law, the Contrator
shall indemnify, protect, defend and hold harmless the City and any and all of its officials,
employees and agents (“Indemnified Parties”) from and against any and all losses, liabilities,
damages, costs and expenses, including attorney’s fees and cost which arise out of, pertain to, or
relate to the negligence, recklessness, or willful misconduct of the Contrator.
17. Contract Assignment. The Contrator shall not assign, transfer, convey or otherwise dispose of the
contract, or its right, title or interest, or its power to execute such a contract to any individual or
business entity of any kind without the previous written consent of the City.
18. Termination. If, during the term of the contract, the City determines that the Contrator is not
faithfully abiding by any term or condition contained herein, the City may notify the Contrator in
writing of such defect or failure to perform. This notice must give the Contrator a 10 (ten) calendar
day notice of time thereafter in which to perform said work or cure the deficiency.
If the Contrator has not performed the work or cured the deficiency within the ten days specified in
the notice, such shall constitute a breach of the contract and the City may terminate the contract
immediately by written notice to the Contrator to said effect. Thereafter, neither party shall have
any further duties, obligations, responsibilities, or rights under the contract except, however, any
and all obligations of the Contrator's surety shall remain in full force and effect, and shall not be
extinguished, reduced, or in any manner waived by the termination thereof.
In said event, the Contrator shall be entitled to the reasonable value of its services performed from
the beginning date in which the breach occurs up to the day it received the City's Notice of
Termination, minus any offset from such payment representing the City's damages from such
breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone
or task satisfactorily delivered or completed by the Contrator as may be set forth in the Proposal;
compensation for any other work, services or goods performed or provided by the Contrator shall
Packet Pg. 143
11
City of San Luis Obispo – General Terms and Conditions
3
be based solely on the City's assessment of the value of the work-in-progress in completing the
overall workscope.
The City reserves the right to delay any such payment until completion or confirmed abandonment
of the project, as may be determined in the City's sole discretion, so as to permit a full and
complete accounting of costs. In no event, however, shall the Contrator be entitled to receive in
excess of the compensation quoted in its proposal.
19. Ownership of Materials. All original drawings, plan documents and other materials prepared by
or in possession of the Contrator as part of the work or services under these specifications shall
become the permanent property of the City, and shall be delivered to the City upon demand.
20. Release of Reports and Information. Any reports, information, data, or other material given to,
prepared by or assembled by the Contrator as part of the work or services under these
specifications shall be the property of City and shall not be made available to any individual or
organization by the Contrator without the prior written approval of the City.
21. Copies of Reports and Information. If the City requests additional copies of reports, drawings,
specifications, or any other material in addition to what the Contrator is required to furnish in
limited quantities as part of the work or services under these specifications, the Contrator shall
provide such additional copies as are requested, and City shall compensate the Contrator for the
costs of duplicating of such copies at the Contrator's direct expense.
22. Required Deliverable Products. The Contrator will be required to provide:
2 hard copies of the draft or electronic copy (Adobe Acrobat format)
2 hard copies of the final project report, and 1 electronic copy (Acrobat Adobe format) of the final
report.
City staff will review any documents or materials provided by the Contrator and, where necessary,
the Contrator will be required to respond to staff comments and make such changes as deemed
appropriate.
Computer files must be on 3½", high-density, write-protected diskettes or CD’s formatted for use
on IBM-compatible systems. Each diskette must be clearly labeled and have a printed copy of the
directory. Alternatively, files may be emailed to the City.
23. Amendments. Any amendment, modification or variation from the terms of this Agreement shall
be in writing and shall be effective only upon approval by the City Engineer of the City.
24. Complete Agreement. These Purchase Order Conditions and Contrators proposal shall constitute
the complete agreement between the parties hereto. No oral agreement, understanding or
representation not reduced to writing and specifically incorporated herein shall be of any force or
effect, nor shall any such oral agreement, understanding or representation be binding upon the
parties hereto.
Packet Pg. 144
11
City of San Luis Obispo – General Terms and Conditions
4
25. Insurance Requirements. The Contrator shall provide proof of insurance in the form, coverages
and amounts specified in these conditions as a precondition to contract execution. The Contrator
shall procure and maintain for the duration of the contract insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the performance of the
work hereunder by the Contrator, its agents, representatives, employees or sub-Contrators.
Minimum Scope of Insurance. Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 20 10
Prior to 1993 or CG 20 10 07 04 with CG 20 37 10 01 or the exact equivalent as determined by the
City).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1
(any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's Liability
Insurance.
4. Errors and Omissions Liability insurance as appropriate to the Contrator's profession.
Minimum Limits of Insurance. Contrator shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property
damage. If Commercial General Liability or other form with a general aggregate limit is used,
either the general aggregate limit shall apply separately to this project/location or the general
aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
4. Errors and Omissions Liability: $1,000,000 per occurrence.
Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to
and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such
deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers;
or the Contrator shall procure a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be
endorsed to contain, the following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as
respects: liability arising out of activities performed by or on behalf of the Contrator; products and
completed operations of the Contrator; premises owned, occupied or used by the Contrator; or
automobiles owned, leased, hired or borrowed by the Contrator. The coverage shall contain no
special limitations on the scope of protection afforded to the City, its officers, official, employees,
agents or volunteers.
2. For any claims related to this project, the Contrator's insurance coverage shall be primary insurance
as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-
insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be
excess of the Contrator's insurance and shall not contribute with it.
3. The Contrator's insurance shall apply separately to each insured against whom claim is made or suit
is brought, except with respect to the limits of the insurer's liability.
Packet Pg. 145
11
City of San Luis Obispo – General Terms and Conditions
5
4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be
suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty
(30) days' prior written notice by certified mail, return receipt requested, has been given to the City.
Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no
less than A:VII.
Verification of Coverage. Contrator shall furnish the City with a certificate of insurance showing
maintenance of the required insurance coverage. Original endorsements effecting general liability and
automobile liability coverage required by this clause must also be provided. The endorsements are to be
signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be
received and approved by the City before work commences.
Packet Pg. 146
11
PC Connection, Inc.Quote Date:6/16/2017
730 Milford Rd.Quotation #:PCC05503A
Merrimack, NH 03054 Valid Until:7/16/2017
Phone: 888-213-0607 Prepared By:PC CONNECTION PC
CONNECTION
SFDC Deal Id:13594829
Type:System 17987/17988
Bill To:
City of San Luis Obispo
County Government Center
990 Palm Street
San Luis Obispo, CA 93401
Phone: 805-781-5051
Model Number Dell SKU
CT-SC4020-BASE-ISCSI
DS-SAS-25-3840SSDRI-M-Y
DS-SAS6-35-4000X7K-D
EN-BLNK-SAS6-25-Y
EN-SC200-1235
PA-CBL-SAS-2M-D
PA-PC-2M-D
PA-PC-2M-Y
PA-RK-RR2-D
SW-APM-Y
SW-CORE-BASE48
SW-PERF-BASE48
SW-RDP-BASE48
PS-PDADDRP
PS-SC2XX2U-PD
PS-SC4XXX-PD
CT-SC4020-BASE-MTCH
EN-SC200-1235-MTCH
SW-APM-BASE-Y-MTCS
SW-CORE-BASE48-MTCS
SW-PERF-BASE48-MTCS
SW-RDP-BASE48-MTCS
$63,799.00
Power (Watts):950 $4,944.43
Heat (BTUs):3,243.00 $68,743.43
Rack Units:4
Weight (Lbs):106
SSD (Raw TB):26.88
SAS (Raw TB):48
Total (Raw TB):74.88
Description Quantity
Hardware & Drives
Quotation to City of San
Luis Obispo
Review customer quote
SC4020 10Gb iSCSI - 4ports (Single drives)1
Dell 3.84TB, SAS 12Gb, SSD, RI, 2.5 7
4TB, SAS, 6Gb, 7K HDD 12
Enclosure Blank, SAS, Drive Bay Blanks, 2.5"17
Compellent SC200 Enclosure, 3.5" 12-Bay 1
6Gb Mini-SAS to Mini-SAS Cable, 2M, Qty 2 1
C13-C14, PDU, 12AMP, 6.5 FT (2m), Power Cord, Qty2 1
C13-C14, PDU, 12AMP, 6.5 FT (2m), Power cord, Qty2 1
Ready Rails II Static Rails for 4-post Racks 1
Software
SW, Application Protection Manager Suite License 1
SW, Storage Center OS Core Base License 1
SW, Storage Optimization Bundle Base License 1
SW, Remote Data Protection Bundle Base License 1
Professional Services
ProDeploy Add-On: Replication Services for Dell Storage
(Requires ProDeploy)1
ProDeploy Dell Storage SC Disk Series 200/220 2U Exp
Enclosure 1
ProDeploy Dell Storage SC Series 4XXX SAN 1
Support (CML-HWMTC)
CT-SC4020-BASE-MTCH : Support, 24x7, Dell/Compellent
Series SC4020 1
EN-SC200-1235-MTCH : Support, 24x7, Enclosure, SC200, 3.5"
12-bay 1
Support Center (CML-SWMTC)
SW-APM-BASE-Y-MTCS : Support, 24x7, SW, Application
Protection Manager Suite (includes Replay Manager)1
SW-CORE-BASE48-MTCS : Support, 24x7, SW, Storage Center
OS Core 1
SW-RDP-BASE48-MTCS : Support, 24x7, SW, Remote Data
Protection Bundle
SW-PERF-BASE48-MTCS : Support, 24x7, SW,Storage
Optimization Bundle
Subtotal
Sales Tax @ 7.75%
1
1
24x7 Support Center w/ Priority On-Site (4 hour)
*Grand Total
Totals
***Support Term: 3 year (36 months)
Packet Pg. 147
11
PC Connection, Inc.Quote Date:6/16/2017
730 Milford Rd.Quotation #:PCC05504A
Merrimack, NH 03054 Valid Until:7/16/2017
Phone: 888-213-0607 Prepared By:PC CONNECTION PC
CONNECTION
SFDC Deal Id:13594829
Type:System 17986
Bill To:
City of San Luis Obispo
County Government Center
990 Palm Street
San Luis Obispo, CA 93401
Phone: 805-781-5051
Model Number Dell SKU
CT-SC4020-BASE-ISCSI
DS-SAS-25-3840SSDRI-M-Y
DS-SAS6-35-4000X7K-D
EN-BLNK-SAS6-25-Y
EN-SC200-1235
PA-CBL-SAS-2M-D
PA-PC-2M-D
PA-PC-2M-Y
PA-RK-RR2-D
SW-APM-Y
SW-CORE-BASE48
SW-PERF-BASE48
SW-RDP-BASE48
PS-PDADDRP
PS-SC2XX2U-PD
PS-SC4XXX-PD
CT-SC4020-BASE-MTCH
EN-SC200-1235-MTCH
SW-APM-BASE-Y-MTCS
SW-CORE-BASE48-MTCS
SW-PERF-BASE48-MTCS
SW-RDP-BASE48-MTCS
$63,799.00
Power (Watts):950 $4,944.43
Heat (BTUs):3,243.00 $68,743.43
Rack Units:4
Weight (Lbs):106
SSD (Raw TB):26.88
SAS (Raw TB):48
Total (Raw TB):74.88
****The pricing is displayed in
the US Dollar currency
Hardware & Drives
Quotation to City of San Luis
Obispo
Description Quantity
SC4020 10Gb iSCSI - 4ports (Single drives)1
Dell 3.84TB, SAS 12Gb, SSD, RI, 2.5 7
4TB, SAS, 6Gb, 7K HDD 12
Enclosure Blank, SAS, Drive Bay Blanks, 2.5"17
Compellent SC200 Enclosure, 3.5" 12-Bay 1
6Gb Mini-SAS to Mini-SAS Cable, 2M, Qty 2 1
C13-C14, PDU, 12AMP, 6.5 FT (2m), Power Cord, Qty2 1
C13-C14, PDU, 12AMP, 6.5 FT (2m), Power cord, Qty2 1
Ready Rails II Static Rails for 4-post Racks 1
Software
SW, Application Protection Manager Suite License 1
SW, Storage Center OS Core Base License 1
SW, Storage Optimization Bundle Base License 1
SW, Remote Data Protection Bundle Base License 1
Professional Services
ProDeploy Add-On: Replication Services for Dell Storage
(Requires ProDeploy)1
ProDeploy Dell Storage SC Disk Series 200/220 2U Exp
Enclosure 1
ProDeploy Dell Storage SC Series 4XXX SAN 1
CT-SC4020-BASE-MTCH : Support, 24x7, Dell/Compellent
Series SC4020 1
EN-SC200-1235-MTCH : Support, 24x7, Enclosure, SC200,
3.5" 12-bay 1
Subtotal
Sales Tax @ 7.75%
***Support Term: 3 year (36 months)
Totals
*Grand Total
24x7 Support Center w/ Priority On-Site (4 hour)
Review customer quote
Support Center (CML-SWMTC)
SW-APM-BASE-Y-MTCS : Support, 24x7, SW, Application
Protection Manager Suite (includes Replay Manager)1
SW-CORE-BASE48-MTCS : Support, 24x7, SW, Storage
Center OS Core 1
SW-PERF-BASE48-MTCS : Support, 24x7, SW,Storage
Optimization Bundle 1
SW-RDP-BASE48-MTCS : Support, 24x7, SW, Remote Data
Protection Bundle 1
Support (CML-HWMTC)
Next
Packet Pg. 148
11
PC Connection, Inc.Quote Date:6/16/2017730 Milford Rd.Quotation #:PCC05505BMerrimack, NH 03054 Valid Until:7/16/2017Phone: 888-213-0607 Prepared By:PC CONNECTION PC CONNECTIONSFDC Deal Id:13594829Type:System 8325
Bill To:
City of San Luis Obispo
County Government Center
990 Palm Street
San Luis Obispo, CA 93401
Phone: 805-781-5051
Model Number Dell SKU
CT-SC4020-BASE-ISCSI
DS-SAS-25-3840SSDRI-M-Y
DS-SAS6-35-4000X7K-D
EN-BLNK-SAS6-25-Y
EN-SC200-1235
PA-CBL-SAS-.6M-D
PA-CBL-SAS-2M-D
PA-PC-2M-D
PA-PC-2M-Y
PA-RK-RR2-D
SW-APM-Y
SW-CORE-BASE48
SW-PERF-BASE48
SW-RDP-BASE48
PS-PDADDRP
PS-SC2XX2U-PD
PS-SC4XXX-PD
CT-SC4020-BASE-MTCH
EN-SC200-1235-MTCH
SW-APM-BASE-Y-MTCS
SW-CORE-BASE48-MTCS
SW-PERF-BASE48-MTCS
SW-RDP-BASE48-MTCS
$75,399.00 Power (Watts):1,400.00 $5,843.43 Heat (BTUs):4,779.00 $81,242.43 Rack Units:6
Weight (Lbs):181
SSD (Raw TB):26.88
SAS (Raw TB):96Total (Raw TB):122.88
****The pricing is displayed in the US Dollar currency
Hardware & Drives
Quotation to City of San Luis Obispo
Description QuantityReview customer quote
SC4020 10Gb iSCSI - 4ports (Single drives)1
Dell 3.84TB, SAS 12Gb, SSD, RI, 2.5 7
4TB, SAS, 6Gb, 7K HDD 24
Enclosure Blank, SAS, Drive Bay Blanks, 2.5"17
Compellent SC200 Enclosure, 3.5" 12-Bay 2
6Gb Mini-SAS to Mini-SAS Cable, 0.6M, Qty 2 1
6Gb Mini-SAS to Mini-SAS Cable, 2M, Qty 2 1
C13-C14, PDU, 12AMP, 6.5 FT (2m), Power Cord, Qty2 2
C13-C14, PDU, 12AMP, 6.5 FT (2m), Power cord, Qty2 1
Ready Rails II Static Rails for 4-post Racks 2
Software
SW, Application Protection Manager Suite License 1
SW, Storage Center OS Core Base License 1
SW, Storage Optimization Bundle Base License 1
SW, Remote Data Protection Bundle Base License 1
Professional Services
ProDeploy Add-On: Replication Services for Dell Storage (Requires ProDeploy)1
ProDeploy Dell Storage SC Disk Series 200/220 2U Exp Enclosure 2
ProDeploy Dell Storage SC Series 4XXX SAN 1
Support (CML-HWMTC)
CT-SC4020-BASE-MTCH : Support, 24x7, Dell/Compellent Series SC4020 1
EN-SC200-1235-MTCH : Support, 24x7, Enclosure, SC200, 3.5" 12-bay 2
Support Center (CML-SWMTC)
SW-APM-BASE-Y-MTCS : Support, 24x7, SW, Application Protection Manager Suite (includes Replay Manager)1
SW-CORE-BASE48-MTCS : Support, 24x7, SW, Storage Center OS Core 1
SW-PERF-BASE48-MTCS : Support, 24x7, SW,Storage Optimization Bundle 1
SW-RDP-BASE48-MTCS : Support, 24x7, SW, Remote Data Protection Bundle 1
*Grand Total
Totals SubtotalSales Tax @ 7.75%
***Support Term: 3 year (36 months)
24x7 Support Center w/ Priority On-Site (4 hour)
Packet Pg. 149
11
PC Connection, Inc.Quote Date:6/16/2017
730 Milford Rd.Quotation #:PCC05506B
Merrimack, NH 03054 Valid Until:7/16/2017
Phone: 888-213-0607 Prepared By:PC CONNECTION PC
CONNECTION
SFDC Deal Id:13594829
Type:System 8326 / 8327
Bill To:
City of San Luis Obispo
County Government Center
990 Palm Street
San Luis Obispo, CA 93401
Phone: 805-781-5051
Model Number Dell SKU
CT-SC4020-BASE-ISCSI
DS-SAS-25-3840SSDRI-M-Y
DS-SAS6-35-4000X7K-D
EN-BLNK-SAS6-25-Y
EN-SC200-1235
PA-CBL-SAS-.6M-D
PA-CBL-SAS-2M-D
PA-PC-2M-D
PA-PC-2M-Y
PA-RK-RR2-D
SW-APM-Y
SW-CORE-BASE48
SW-PERF-BASE48
SW-RDP-BASE48
PS-PDADDRP
PS-SC2XX2U-PD
PS-SC4XXX-PD
CT-SC4020-BASE-MTCH
EN-SC200-1235-MTCH
SW-APM-BASE-Y-MTCS
SW-CORE-BASE48-MTCS
SW-PERF-BASE48-MTCS
SW-RDP-BASE48-MTCS
$75,399.00
Power (Watts):1,400.00 $5,843.43
Heat (BTUs):4,779.00 $81,242.43
Rack Units:6
Weight (Lbs):181
SSD (Raw TB):26.88
SAS (Raw TB):96
Total (Raw TB):122.88
Hardware & Drives
Quotation to City of San
Luis Obispo
Description Quantity
Review customer quote
SC4020 10Gb iSCSI - 4ports (Single drives)1
Dell 3.84TB, SAS 12Gb, SSD, RI, 2.5 7
4TB, SAS, 6Gb, 7K HDD 24
Enclosure Blank, SAS, Drive Bay Blanks, 2.5"17
Compellent SC200 Enclosure, 3.5" 12-Bay 2
6Gb Mini-SAS to Mini-SAS Cable, 0.6M, Qty 2 1
6Gb Mini-SAS to Mini-SAS Cable, 2M, Qty 2 1
C13-C14, PDU, 12AMP, 6.5 FT (2m), Power Cord, Qty2 2
C13-C14, PDU, 12AMP, 6.5 FT (2m), Power cord, Qty2 1
Ready Rails II Static Rails for 4-post Racks 2
Software
SW, Application Protection Manager Suite License 1
SW, Storage Center OS Core Base License 1
SW, Storage Optimization Bundle Base License 1
SW, Remote Data Protection Bundle Base License 1
Professional Services
ProDeploy Add-On: Replication Services for Dell Storage
(Requires ProDeploy)1
ProDeploy Dell Storage SC Disk Series 200/220 2U Exp
Enclosure 2
ProDeploy Dell Storage SC Series 4XXX SAN 1
Support (CML-HWMTC)
CT-SC4020-BASE-MTCH : Support, 24x7, Dell/Compellent
Series SC4020 1
EN-SC200-1235-MTCH : Support, 24x7, Enclosure, SC200, 3.5"
12-bay 2
Support Center (CML-SWMTC)
SW-APM-BASE-Y-MTCS : Support, 24x7, SW, Application
Protection Manager Suite (includes Replay Manager)1
SW-CORE-BASE48-MTCS : Support, 24x7, SW, Storage Center
OS Core 1
SW-PERF-BASE48-MTCS : Support, 24x7, SW,Storage
Optimization Bundle 1
SW-RDP-BASE48-MTCS : Support, 24x7, SW, Remote Data
Protection Bundle 1
*Grand Total
Totals Subtotal
Sales Tax @ 7.75%
***Support Term: 3 year (36 months)
24x7 Support Center w/ Priority On-Site (4 hour)
Packet Pg. 150
11