Loading...
RES 2000-1031 - Bid from Gateway Companies Inc for computers ' Omaha Public library • OZAxHA,/�rF of ir e� 215 South 15th Street `�`, s� • ' �' Omaha,Nebraska 68102-1629 l +�•►.ikt,r � (402)444-4800 • z� t,':;.vri �p — � t ��� ii Fax: (402)444-4504 o®_ ft• Ronald R.Heezen,Ph.D. -try c^ Y n t:, Library Director 4410 FEWO A O .l i:A iJP tx, N B R A S K A Verda H.Bialac City of Omaha Assistant Director Hal Daub,Mayor Honorable President and Members of the City Council: Attached to this are a Bid Tabulation and a Resolution requesting the approval of the bid of Gateway Companies, Inc., for the purchase of 69 Pentium III Computers (in configurations A through D meeting the specifications attached) for the Omaha Public Library System. These computers are for use in each of the 10 locations of the Library System. They will be used to provide public access to information and for staff support activities at these locations. The following bids were received on January 26, 2000: Anson Computer Inc. $85,682.00 (Failed to meet specifications) KJM Marketing, Inc. $90,462.00 (Past record of poor performance) Gateway Companies, Inc. $95,637.00 Micron Electronics Inc. $99,624.00 The Library recommends the lowest and best bid meeting specifications from Gateway Companies, Inc. be accepted. The funds for the purchase of the Pentium computers will come out of the 2000 Douglas County Supplement Fund 140, Organization 1690. As indicated in attached documents, the bid of Anson Computer, Inc., was rejected due to failure to comply, as required, with all statements in the Vendor Qualification, Completion Form. The bid of KJM Marketing, Inc. was rejected based on a past record of poor performance by the Premio equipment and support services provided for faulty equipment. The contractor has on file a current Annual Contract Compliance Report Form (CC-I). As is City policy, the Human Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The intent of this purchase is to provide improved public access to information resources and support library staff activities throughout the Omaha Public Library System. .... 44 j • Honorable President and Members of the City Council Page 2 I respectfully recommend approval of this Resolution which would accept the bid of Gateway Companies, Inc. as the lowest and best bid in compliance with the specifications. Respectfully submitted, Referred to City Council for Consideration: oVZ01) 3/3/7°-9 Ronald R. Heezen, Ph.D. Date Mayor's Office/Tei,6 Date Library Director Approved as to Funding: Approved: 0(� 313 /oLD ,340700 tanley P. Ti Date Kellie Paris-Asaka D� Acting Finance Director Human Relations Director P:\LIB\8415maf.doc Sert by:� OMAHA PUBLIC LIBRARY 4024444504; 04/08/00 12:10AM;JetFax #128;Page 2/2 • O • • Web 0 it 444 • r- NI- NONNNer) 1- e— "t— N Ca. E o 0 J , Z CV N V' e— NCO CO CT) Cr) Cr; CO E tt a a EK U 8 m - 4- C C Q • O tdj C ` U O 03 C O C O E CoC 03 "' C O .� 0 41 p {a t4 C` CA= NTzi J to m 2 ts 09 ar _ O a�. '� ,C C ado ¢ ¢ m t- co co C. m = d C)< < f° • Omaha Public Library Computer Bids Opened January 26, 2000 Configuration Quantity Anson Gateway KJM Micron Config. A- Unit Bid 16 $1,155.00 $1,276.00 $1,169.00 $1,331.70 Config. A- Extended $18,480.00 $20,416.00 $18,704.00 $21,307.20 Config. B. - Unit Bid 12 $1,174.00 $1,299.00 $1,273.00 $1,355.00 Config. B. - Extended $14,088.00 $15,588.00 $15,276.00 $16,260.00 Config. C. - Unit Bid 25 $1,242.00 $1,385.00 $1,314.00 $1,441.00 Config. C. - Extended $31,050.00 $34,625.00 $32,850.00 $36,025.00 Config. D. - Unit Bid 16 $1,379.00 $1,563.00 $1,477.00 $1,627.00 Config. D. - Extended $22,064.00 $25,008.00 $23,632.00 $26,032.00 Total -- Config. A- D 69 $85,682.00 $95,637.00 $90,462.00 $99,624.20 Disqualifications: Anson Computer, Inc. Failed to comply with bid requirements. They did not indicate compliance with the requirement that the System Manufacturer must be Gartner Group Enterprise-Tier, Middle Tier or Specialty/Focus certified. KJM Marketing, Inc. The Premio equipment supplied by this firm in the past has had a poor record of performance. The City MIS Department reports a 50%failure rate on Premio computers purchased from KJM Marketing, Inc. for the Planning and Parks Departments. Further, Premio support procedures requiring return of faulty parts prior to shipping of replacements greatly increases downtime for affected computers and loss of productivity. •.. ~ w _ _ , Z E . D d H W Z —U, a f-- Lii Z —U-, d • L_ LLI ..1,., t3 R\ . - 4 Z U_ i ,,,.....:. . a. 1\.(1 4 , ,. ,. „„„ , , ...., . _ 1 Z,__ LL., A R . ----.---;J-17‘ -— U 4 4 , te i '% ' 0 U c� rc k' D Ct 0 (\ 3 t*:erA 1_ C .4 % G — , Z\ 1 CC mas m as N El as N CI fa: Eiiv N m . N m 0 m E asa3 ala3 c° 0) • •AP- -o LL 73 LL LL -p •� . Z . Z Y Z L A L 4 L O . �:'` 0 E 2 E 2 E 2 Ri .N (1) (/) 0 ` 0 cn fx 2 d. o 0 0 E Q . W E O a' C.) = w ._ O 8 0 0C W a a a O a a 0 CZ a`3 Q Caa.) U 4-A L m a c CI. c Q- c }- o 0 0 U E). L.L. tL' a) 2 a`i 2 O S c 5 0 S a a a) a 0)0 Z Ca0 0 0 0 0 u CL tr 5. E_ —�. c) • U U U C.) 0 0 0 Lr c Q - o c U U 4 p c� _ as m m o N r Z, ai a, a) a) Q a, C a m D to N to N w _ Z C LL I, w Z 2 L w . Z LL . It w 8' NU U f.\4 ' 4.\iri: . Z ;:,-; * CL 4, (‘ ' . _. i= w U z , , CIL • l % w4 6,-„, 4-.3 - Z 75 5 j ? , cq (), . ot v1/4,(1") ' \'0 't .---- ca '67? .,,s,N : • ‘ . \119 42) 1 U Z S1 --.* 4 1,..ci) 1 U U 1 z 'a Zco a) O m Y m N z • N LI- f� Z Q • O Q O CV ._ 0 E .1 2 0) Cl).c .— a `_ 1— c U LL O as = !� ODsZ. LL U 6 a � .� � U o 0 a. Zvi U i O LL' a,- .2 E a U a. z LL. a 0 Q C O m E c Q 0 CO m E C _ c y N o 1-1 a fi a • • ,,,,, Omaha Public Library oM NF �A° �� 215 South 15th Street 4 44 -" :4f� Omaha,Nebraska 68102-1629 %t ,,,, ( ) �� �� 402 444-4800 �®•4', *-4. i Fax:(402)444-4504 p.p . . �A ^'� Ronald R.Heezen,Ph.D. OA4TF0 1Elli Library Director City of Omaha Verda H.Bialac Hal Daub,Mayor March 26, 2000 Assistant Director Joanne McArthur, Purchasing Manager KJM Marketing, Inc. 1501 Zenith Drive Sioux City, IA 51103 Dear Ms. McArthur: The bid, opened January 26, 2000, which you submitted to the City of Omaha Purchasing department for 69 Pentium III —450MHz Computers has been rejected by the Library as requesting department. This rejection is based upon a poor record of performance by the previous purchases of Premio computers which you have bid. The city of Omaha MIS Department reports a 50% failure rate on Premio computers purchased from KJM for the Planning and Parks departments. Further, Premio support procedures requiring return of faulty parts prior to shipping of replacements greatly increases downtime for effected computers and loss of productivity. A recommendation and resolution is being forwarded to the City Council to recommend award to another bidder. Sincerely, gab '/I ./ze_z_J Verda Bialac Assistant Director Cc: Pat Burke, Purchasing Agent Buster Brown, City Clerk Members of the City Council 1 c ' , .• ,o,,,,,,,,,•NFe Omaha Public Library `i�,��� 215 South 15th Street v��r > Omaha,Nebraska 68102-1629 ���'=:���*,�a Ulu (402)444-4800 c h Fax:(402)444-4504 C+®b �t '�1 ,r ro p•pc .. 9A "' Ronald R.Heezen,Ph.D. OR- D FEBRV Library Director City of Omaha Verda H.Bialac Hal Daub,Mayor February 12, 2000 Assistant Director Jolene TU Multiwave Technology Anson Computer, INC • • 17901 E. Ajax Circle Industry CA 91748 • Dear Ms. TU: The bid you submitted to the City of Omaha Purchasing department for 69 Pentium III —450MHz Computers has been rejected by the Library as requesting department. This rejection is based upon the failure to comply with the following item on the Vendor Qualification Completion Form: You do not indicate compliance with the requirement that the System Manufacturer must be Gartner Group Enterprise-Tier, Middle Tier or Specialty/Focus certified. . The Purchasing Office will maintain your company on its bid notification list for future purchases. Sincerely, (7/,/kii,Qe.i4:„/„} Verda Bialac Assistant Director cc. City of Omaha Purchasing Department U ; 0 Vendor Qualification Completion Form The City of Omaha is cognizant that the long-term cost of purchasing a computer system includes far more than the initial purchase price. One component we strongly feel should accompany this purchase is the value-added promise of service and support. Please indicate your compliance of vendor after-sale service and support by using an "x" or "checkmark." By marking an "x" or "checkmark" in the appropriate box below, you certify that your firm will comply with the condition as stated. If you do not mark this box with an "x" or"checkmark," it indicates that your firm does not or cannot comply with the condition as set forth. A successful bidder in this purchasing category must comply with all twelve of the following vendor qualification statements in addition to providing the lowest cost for product components or systems specified herein. Must provide 24-hour, 365-day-per-year telephone technical support for the life of the system. Must provide toll-free long distance or no-charge local telephone access to this technical support for the life of the system. Must provide telephone technical support for the life of the system at no charge to the City. Must allow the City MIS division qualified technical staff to perform any and all problem determination and repair with vendor technical support during the warranty period without voiding the warranty. I. Must provide next-day delivery of replacement parts (subject to parts availability) during the warranty period. at Must provide pre-paid return of replaced parts during the warranty period. Must provide next-day delivery of replacement parts (subject to parts availability and shipping considerations) after the warranty period. Must provide no-obligation, no-cost(except shipping) evaluation of any available configuration for a minimum 30-day period. Must provide 30-day, no-questions-asked return of system for full refund. System manufacturer must be ISO 9002 certified. (A photocopy of documentation from ISO with certification number matching the bid specification must be included with your bid submittal.) ❑ System manufacturer must be Gartner Group Enterprise-Tier,Middle-Tier or Specialty/Focus certified. (A photocopy of documentation from the Gartner Group identifying your product as certified must be included with your bid submittal.) System must be certified compatible for use within a Microsoft Windows NT Server 4.0 network enviro ent. Signature .._ Title: pL-t-.5 Date: V /2 bo CITY OF OMAHA J.T.L. REQUEST FOR BID AND BID SHEET ` ON LIBRARY COMPUTERS FROM: P. M. Burke Published January 12; 2000 City Purchasing Agent 1003 Omaha-Douglas Civic Center NOT AN ORDER Page 1 1819 Farnam Street Omaha, Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK REQUIRED IN THE• AMOUNT.OF 56/o IF THE TOTAL AMOUNT FOR THE ITEMS OFFERED IS $20,000 OR MORE ^4 Bid Cl&su'ig Date January 26, 2000 11:00 A.M. IMPORTANT 4.If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. 1. Bid must be in the office of the CITY CLERK,LC-1, OMAHA-DOUGLAS • CIVIC CENTER,1819 Famam Street,Omaha,NE 68183-0011 by the 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. closing date and time indicated,in sealed envelope marked BID ON 6.When submitting bid on items listed,bidder may on a separate sheet, LIBRARY COMPUTERS make suggestions covering reduction in costs wherever this is 2. As evidence of good faith a bid bond or certified check must be possible through redesign,change of material or utilization of standard submitted with bid. FAILURE TO DO SO IS CAUSE FOR REJECTION. items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and 7.If you do not desire to bid,return sheets with reasons for declining. the bidders shall have the right to appeal any decision to the City Failure to do so will indicate your desire to be.removed from our Council. Right is also reserved to accept or reject any part of your bid mailing list. If you desire a copy of tabulation check; j. unless otherwise indicated by you. Please do not call for this information. Quote your lowest price, best delivery and terms, F.O.B. delivery point on the item(s) listed below: . QUANTITY DESCRIPTION UNIT PRICE EXTENSION 16 each Computers in accordance with the attached specifications marked as Configuration A. MANF. & P/N BID Gateway E-3200 500 BID/each $ 1,276.00 $ 20,416.00 12 each Computers in accordance with the attached specifications marked as Configuration B. MANF. & P/N BID Gateway E-3200 500 BID/each $ 1,299.00 $ 15,588.00 25 each Computers in accordance with the attached specifications marked as Configuration C. MANF. & P/N BID Gateway E-3200 500 BID/each $1,385.00 $ 34,625.00 All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Annual Contract Compliance Report(Form CC-1).This report shall be in effect for 12 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053;however,please refer any questions regarding the REQUEST FOR BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. (Please Print Legibly or Type) Payment Terms 0 % Net 30 Days Firm Gateway Companies, Inc. Incorporated inDelawa,re Delivery(or completion) Name Terry Kilberg Signature 30 calendar days following award Title Account Manager Phone 800-779-2000 Fax 4 Address 610 Gateway Drive N. Sioux City SD 57049 HP-8B (94) Street/P.O.Box City State zip CITY OF OMAHA , REQUEST FOR BIDS ON: LIBRARY COMPUTERS NOT AN ORDER .Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION 16 each Computers in accordance with the attached specifications marked as Configuration D. MANF. & P/N BID Gateway E-3200 500 BID/each $ 1,563.00 $ 25,008.00 2 each Laptop computers in accordance with the attached specifications marked as Configuration E. MANF. & P/N BID Gateway Solo 2550 SE BID/each $ 2,393.00 $ 4,786.00 The City of Omaha requires delivery to be in 2 shipments. The first shipment must be Configurations A and C. The second shipment will be 2 weeks after the first shipment. The configurations for the second shipment are B and D. Configuration E(Laptop Computers) • can be shipped at any time. NOTE:'REQUIREMENT FOR BID BOND The surety company issuing either the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of M1: . the Treasury. **** Please Note LIMITED TIME SPECIAL PRICING 0b1lR **** — Microsoft Academic Edition Full Package Office 2000 - Professional (Qty. 1+)/per copy add: $99.00 per copy. — Pricing valid through 3-31-00. • SIGN ALL COPIES Firm Gateway Companies, Inc. By Terry Kilberg Title Account Executive PH-8C (91) CONTINUATION SHEET . • r System Type:E-3200 500 http://srcapps.gw2k.com/files_americas/sa...counts/ma quote/ma quote log/01211259.htm • • :-,- .,::T.,.7'1..• . : _ : .!.. ''... '1' ..'. ....• 4) Gateway Business Company Name: City of Omaha -Omaha Public 610 Gateway Drive- PO Box 2000 Library North Sioux City, SD-57049-2000 Library NP -Douglas County Supp. 800-779-2000 Line Item Number: 1,Configuration A Phone:402-444-5407 Account Executive:Terry Kilberg Fax:402-444-5423 Phone: 800-779-2000 Ext. 25713 GW Quote #: 01211259 Fax: 605-232-1984 Quote Date: 01/21/00 11:15 CST E-3200 500 System-Quote Processor: Intel®Pentium®III Processor 500MHz with 512K Cache Memory: 128MB 100MHz SDRAM expandable to 384MB Monitor: EV500 15"Color Monitor(13.9"viewable area) Video:ATI RAGE 128VR 8MB AGP Graphics Hard Drive: 10GB 5400RPM SMART II Ultra ATA hard drive Floppy Drive: 3.5" 1.44MB diskette drive CD-ROM: 17X min./40X max. CD-ROM drive Sound System: Integrated 16-Bit Business Audio Case: Highly Serviceable, Convertible Case Keyboard: 104+ keyboard Mouse: MS IntelliMouse mouse&Gateway mouse pad Operating System: Windows NT 4.0 (limited upgrades and downgrades) LANDesk Software: Intel®LANDesk Client Manager Software v3.31 Anti-Virus Software: Norton Anti-Virus Software Network Card: Integrated 3COM PCI 10/100 Twisted Pair Ethernet w/WOL Service Program: 3 Year Parts& Labor Limited Warranty with 3 Years On-Site Service, Limited Hardware & Software Tech Support as long as you own your system Configured Price: US$1,276.00 System Quantity: 16 Shipping and Handling: Included in system price. Total Price: US$20,416.00 Comments: Shipping & Handling is included in the system price , When placing your order, please attach this quote to your purchase order MASTERCARD,VISA,AMERICAN EXPRESS,and NOVUS/DISCOVER accepted.C.O D.,CASHIERS S CHECK acceptable within the continental United States.All prices and configurations are subject to change without notice or obligation.Prices do not include shipping and handling and anyapplicable taxes.Many Gateway products are engineered to Gateway specifications,which may vary from the retail versions of the I software and/or hardware in functionality,performance or compatibility.All Gateway Celeron(TM),Pentium,Pentium Pro,and Pentium II processor-based systems are qualified to carry the"NSTL Hardware Tested Year 2000 Compliant"logo because they have successfully completed the NSTL YMARK2000 test.These systems have also passed the Microsoft Millenium year 2000 test suite.Gateway cannot be responsible for any bundled software that improperly sets,resets,or calculates dates.These issues are not related to the hardware and operating system,and cannot be corrected by Gateway..Call.1-800-GATEWAY or write to us at Gateway Terms&Conditions,P.O.Box 1951,North Sioux City,SD 57049-1951 for a free copy or our limited warranty,on-site service agreements,and installation agreements.If your Gateway technician determines an on-site visit is necessary,on-site service will be provided for product purchased and located in the continental United States,Alaska,Hawaii,Puerto Rico and Canada(excluding mice,keyboards,monitors and Solo portables).See agreements for specific terms and limitations. I. 1 of 1 1/25/00 3:06 PM _ O) 41 wi` :�: 3,3 w :[. _.-..l •, ter:• 7 Vlsi E _o Q) -4 1 Y Q) a) a) a) o o a) .. . a) a) r�. ✓ .:[5 : '� N t '+' N N N N cn N N ,1 }} .. N N '1 F k a �" () C C C C C C C C & ', C C t4 i?•;lv• '�n-•`.-4 C) �+ Oi ^' O 0 0 0 0 0 O t i4, -: 0 0 b,4 jai+'�"„; [! '�.z' Ql r ' M3 a a a. a a a a,yam{ A s a s tt ,Y !F a) •Q1ij N s � � N N N N N N ,,'• 4, r. N N n :1 rss r,a`.:, i i C O .y: V i ,4 f''. Q) N 00 . a) N a) :el "..• O Q) (i fit •"'" c • o mZitf {: lCC m CC CC CC CC ¢ 3#, _$ CCCC w ir. Q. >' O G3 W s` W W W W W W W 'O W W * n1,- n' .= a i N A t !.*R N N N N N N N L *e N N :�t,-a»'') *e.- Cn La t 7,1, .,: Q) a) a) a) Q) a) a) '.v a1 P; a) a) ' • "'b,> '• (a • t g ci_(�) as as (a asa. asa. RS 4°u Rl al ti iir ;. 0 0 co d a�oi 0 a) a) 0 a) a) a) • a) ; Y. a) >. a � El'� i. ; E E E E • E E E E E '`V,', + ,.• z t_ y N32 oli 0 0 00 0 0 0 , j.• 00 r:i4, 'I▪ I 0 Ca0. it ,;�.t fry c�z• r,; N ' r ) %0u) . ' in' n n n n cn . 3rr i N ' • -�..;L.• Z ) ca . r.a c fW a c c c c c c •' aa. c C 4, rt 00000 -i. , kW ID II WIri * d$ to.ate) (o U `z• U U 00 0 Upi? ,� VO ..I VHE %� N � z' N N NN N N N .. N.N ,• a. r. 14 �3 r a) C a).r) rt o 0 0 0 0 0 0 o a) ,, rx Cr) aI a) CSl CA a) a) b a) 13l c '` f '• `r•' O N d o c�;,, 4 cv 00 co as as co as t't ' ••• co ca it,.,. ;. () >> -c a) O a I,s 74 a. a_ a. a. a a_ a a. a. F.. ,,:y , CD _ •+ x ai ai CI) aoi aoi CI) aa) v ikY ai ai ; I Q. •— C _O .00 fn 02 r! (A n n n N n n F n n to} • • :c 0-10 Q .,.� xx e+ • C � mac.) " �� � C*(/ U) CiRl Q fl.� �( � cy r 3- } W ..0 E W w w W to 3- D-�-?-D- ?r D-1--)- 7-- }. • 03 a U }}}>-7- U • O C O O o « E o c r Z.-.) a a) -v a E O in a) >. = 0 c) N N cox • N <V cCd o oz ° E E as l c ` 00 1 c0 a o • y c- c, -c N a V Q) "a C a N. Q. 0 x ... C U O X N E 4.) d Y al �. , as c • c 0 g co o a) 0 c M K -p Cg 0)o <+-0 O N 4 a Q) in a)03 Cl" E a a) - t , C O O a) (0 O N _4- Q ' *.E m a,= • ' x Y E 0U cn3 a) c U c° 3 m � Q 0L. co x co 3 c� s? � 'N - o . z� N N V) al c) 0 c) a) - t z - o ti o � p E 'o u)as ° :* a) m o_ Q ;CIccc � N E3 > cal co _ C C U 0 _ 2 o ac a�i cLi o a`) _0 O 02 0 c a) Q ►- 3 E o a N -2 a) a W E 'a- U cn ma �2c�° 3o �) oo � Ncc0C1- O) : ° o) c.) Ni � "2Ec) czt0Qa) N � as) ooE c L . (A CO a Q) a .0 ) a) 'a ,s U 1Y C U) t= U _ 0 a E >• :- co N E d cac d coi ._ .1, Q- Ec ' . o2 'aom •- .oa4 .c -. o allo3c m A ECG _o N o co ... -a ct 'c o2 OE E - n os � ? o E °� c Z E N C l C E U c 2 u) E -o W 03 V OO co) ,-on ccvv : a_ c - co cn Q. C Z U ? c co D Y c c iti ,i > ,E s 0 (Tom ...0 N cn _c.— a 0 cv Q) 0 W cn N O U i .. x Q- C N E r r !n a) a) cts c▪n = ica 0 c Q U) I m o cn �o r)C) °) 3 0 c c >. o •M d o ao. —O CO N m f a) 2 o E c). r N (0 N o N •a Y a) 2 � c c v o0 a E -- cc C ca o 3 - .a a •> 4))er C a c . aa) r .' N .x cc.)) u)) as v in c� 0 N U'c5 o °) a .- c c ..c ,a CC J mQ C1] InW ri 015 � ` rr6Q EM a(AQrQS2 � 2 C f- .G 1 1 1 1 I 1 1 1 1 I I 1 1 1 1 1 1_ 1 4 t • • J Bid Requirements Instructions: You must identify, in writing, the make/model/version under each box in the "OEM Response" column. All components must be on the Microsoft Windows NT 4.0 Hardware Compatibility List — mark Yes or No in the last column. Failure to do any of these will be interpreted as not meeting specification. All bids must be accompanied by descriptions of the system(s) sufficient to allow evaluation of the bid. In order to evaluate your response to specification compliance, please provide comprehensive technical documentation if you are bidding components not identified as acceptable in the following list. User's manuals or excerpts therefrom do not meet this condition. Bidders may submit unlisted components for consideration, but such submissions must be accompanied by comprehensive technical documentation. No bids including unlisted components without technical data will be accepted. No bids including unacceptable components will be accepted. Failure to provide descriptions of the system and comprehensive technical documentation for unlisted components will be interpreted as not meeting specification. System and Component Qualification. Component Conditions OEM Response On n HCL? Manufacturer of Must be stated-any bid omitting System this information will be rejected. Motherboard Intel. IBM, Compaq, Micronics, Dell, Manufacturer SCI, AIR and Zenith are acceptable. Silicon Star, AOpen/Acer Open, DTK and EFA Corp. are t r\+e-\ C unacceptable. Fixed Disk Western Digital, Conner, Maxtor, IBM, CDC, Quantum and Seagate Q t n-• E are acceptable. CD-ROM Drive Sony, Mitsumi, Sanyo, Torisan, Hitachi, NEC, Wearnes and en i t S v.m Y E Toshiba are acceptable. 3.5" Diskette Drive Epson, Panasonic and TEAC are an a S o�� C E S acceptable. 15"Monitor Sony, Seiko, NEC, Mitsubishi, Nanao and MAG lnnovision are rn n c, S- acceptable. Video Adapter Diamond, STB, Matrox, ATI, Paradise, nVidia and#9 are acceptable. GUI6000 and Trident A T YeS are unacceptable. Network Adapter Only 3Com is accceptable. ,3 e o rv- y E Sound Card Creative Labs Sound Blaster or 100%compatible is acceptable. Sour,dblo,si-er Compa4.ble '- ES Keyboard Alps, MaxiSwitch and Keytronics (Yl ax S w;t c 1N E S are acceptable. Mouse Only Microsoft is acceptable. r(licroso{'t , e• NOTE: Components listed as "Acceptable" have been tested and found satisfactory by City of Omaha technical personnel. Components Iisted as "Unacceptable" have been tested and found unsatisfactory. Any exceptions to the above specifications must be accompanied by supporting technical data. L Vendor Qualification Completion Form The City of Omaha is cognizant that the long-term cost of purchasing a computer system includes far more than the initial purchase price. One component we strongly feel should accompany this purchase is the value-added promise of service and support. Please indicate your compliance of vendor after-sale service and support by using an "x" or "checkmark." By marking an "x" or "checkmark" in the appropriate box below, you certify that your firm will comply with the condition as stated. If you do not mark this box with an "x" or"checkmark," it indicates that your firm does not or cannot comply with the condition as set forth. A successful bidder in this purchasing category must comply with all twelve of the following vendor qualification statements in addition to providing the lowest cost for product components or systems specified herein. Must provide 24-hour, 365-day-per-year telephone technical support for the life of the system. ja Must provide toll-free long distance or no-charge local telephone access to this technical support for the life of the system. Must provide telephone technical support for the life of the system at no charge to the City. Must allow the City MIS division qualified technical staff to perform any and all problem determination and repair with vendor technical support during the warranty period without voiding the warranty. ,1E1 Must provide next-day delivery of replacement parts (subject to parts availability) during the warranty period. Must provide pre-paid return of replaced parts during the warranty period. jEr • Must provide next-day delivery of replacement parts (subject to parts availability and shipping considerations) after the warranty period. Must provide no-obligation, no-cost (except shipping) evaluation of any available configuration for a minimum 30-day period. Ef Must provide 30-day, no-questions-asked return of system for full refund. System manufacturer must be ISO 9002 certified. (A photocopy of documentation from ISO with certification number matching the bid specification must be included with your bid submittal.) J' System manufacturer must be Gartner Group Enterprise-Tier, Middle-Tier or Specialty/Focus certified. (A photocopy of documentation from the Gartner Group identifying your product as certified must be included with your bid submittal.) System must be certified compatible for use within a Microsoft Windows NT Server 4.0 network environment. Signature: Title: R c c o u-t M an ai ei Date: .25 7CV 00 1 "System Type:E-3200 500 http://srcapps.gw2k.com/files_americas/sa...counts/ma quote/ma_quote_log/01211433.htm • ..44) Gateway Business Company Name: City of Omaha-Omaha Public 610 Gateway Drive-PO Box 2000 Library North Sioux City, SD-57049-2000 Library NP-Douglas County Supp. 800-779-2000 Line Item Number: 1, Configuration B Phone:402-444-5407 Account Executive:Terry Kilberg Fax:402-444-5423 Phone:800-779-2000 Ext. 25713 GW Quote #: 01211433 Fax:605-232-1984 Quote Date: 01/21/00 11:36 CST E-3200 500 System-Quote Processor: Intel®Pentium®III Processor 500MHz with 512K Cache Memory: 128MB 100MHz SDRAM expandable to 384MB Monitor: EV500 15" Color Monitor(13.9"viewable area) Video:ATI RAGE 128GL 16MB AGP Graphics Hard Drive: 10GB 5400RPM SMART II Ultra ATA hard drive Floppy Drive: 3.5" 1.44MB diskette drive . CD-ROM: 8X/32X DVD ROM Drive Sound System: Integrated 16-Bit Business Audio Case: Highly Serviceable, Convertible Case Keyboard: 104+ keyboard Mouse: MS IntelliMouse mouse & Gateway mouse pad Operating System: Microsoft®Windows 98 Second Edition LANDesk Software: Intel®LANDesk Client Manager Software v3.31 Anti-Virus Software: Norton Anti-Virus Software Network Card: Integrated 3COM PCI 10/100 Twisted Pair Ethernet w/WOL Speakers: GCS200 Speakers by Cambridge®SoundWorks Service Program: 3 Year Parts& Labor Limited Warranty with 3 Years On-Site Service, Limited Hardware & Software Tech Support as long as you own your system Configured Price: US$1,299.00 System Quantity: 12 - ; Shipping and Handling: Included in system price. Total Price: US$15,588.00 Comments: Shipping &Handling is included in the system price When placing your order, please attach this quote to your purchase order A copy of this quote will be held for a period of 90 days after 01/21/2000 MASTERCARD,VISA,AMERICAN EXPRESS,and NOVUS/DISCOVER accepted.C.O.D.,CASHIERS'S CHECK acceptable within the continental United States.All prices and configurations are subject to change without notice or obligation.Prices do not include shipping and handling and any applicable taxes.Many Gateway products are engineered to Gateway specifications,which may vary from the retail versions of the software and/or hardware in functionality,performance or compatibility.All Gateway Celeron(TM),Pentium,Pentium Pro,and Pentium II processor-based systems are qualified to carry the"NSTL Hardware Tested Year 2000 Compliant"logo because they have successfully completed the NSTL YMARK2000 test.These systems have also passed the Microsoft Millenium year 2000 test suite.Gateway cannot be responsible for any bundled software that improperly sets,resets,or calculates dates.These issues are not related to the hardware and operating system,and cannot be corrected by Gateway.Call 1-800-GATEWAY or write to us at Gateway Terms&Conditions,P.O.Box 1951,North Sioux City,SD 57049-1951 for a free copy or our limited warranty,on-site service agreements,and installation agreements.If your Gateway technician determines an on-site visit is necessary,on-site service will be provided for product purchased and located in the continental United States,Alaska,Hawaii,Puerto Rico and Canada(excluding mice,keyboards,monitors and Solo portables).See agreements for specific terms and limitations. )Q 1 of 2 1/25/00 3:20 PM • 'Aa L?3-- f i ,4'2.r" .0 'jam yt'k �i'7 • ‹ r x ., §fir 4,--,:. • c Q a)fi r I :,, )�" a) a) a) a) N a) a) ai + az a) a) !'z .t . `r .),. '5 . • co .g�., R3 r. zF t.', z U) U) U) Cl) U) U) U) rr y➢fit tl"e U) U) j•..a y.{Tf� 3 ,O,;�-�, */-�� /0 ''''''!?,,S.,x ,.,s•�±±��nn O O O O 0 0 0 r11{C s34� O O 1t.a .` s L. •�,. W a•' J.K _,Ytr a Q. C.a 0. a a { (] a s,4i k F 4 Yn,.4 . , vs i-g • d C a) ,u ',, r s* a) a) a) Q) Cl) a)- a) �]; a) a) , }�4' 3� -' M -0 _o cC �'.g�E xr 6 1C 1C (C CC CC C Ct fix..1J.7Cp1" cc tx #>• fi "''ii d. > L. L. OW ' q.'�T;W W W W W W W `t 4 a. W W - i.t.,,,,g, x:; 0 y ` i•4 T':4 , c5 1 • •• t16�t.Eif' 13f 6�-4 ". a5 a N r a.i �, N N N N Na)- N •N yrx a` N N Ti t i u j Cr) • O p a) , s=x•.07, a) a) a) a) a) a) ' ` a) a) e r" ss O 10 a)a t t . q c) O) 0) a) 0) 0) O) s'� ...t, C) p)a ar �• �' s — 0) O 0 ca k ,t 11.4 cc co cC cU al (0 05 '7- �'.:a9•'az 03 ctS S7 i't i ;5, 3y:'� = L CC d y x.H ",. a_ Cl.. a_ a_ a. a. a. r - .-�;" a. r; 'rx'?.--,s.`;.r: = 0 01 G a) K., ",4 a) ) «) a) a) Q) a) R T . c � ' : $ } /�� {• ''Tl '){,�,5,�4S* •-• fi, ' i ,' of 2f p C° '�D W a) ", , q a) a) a) co a) a) a) k^ .. 1L ii a) .� •Kik{i Lti U E . a -VA_:. Syi.. a a Cl- a a a a •, )i.v a s j +► C a d4 .'3.4_ C C C c C c C Y<F i. }•'r C C } $Kq� L U) 6 0 t uc" ec"� O O O O O O O ',� f'', O O i;:c-) k,. 1 i •,,• a� c VOl k 6 .vim..: 15rs "-� ��a�'i' .? a) Q X s� ,, ^ ''vS'„` ^ `At.s.LI.,1 7. ""t 1 O. c en cn i.4 � g._. in in in in in Cl) ,n x - ( v) ,r�u` ) , d Z O ) c 3 ' 1-, _.) c C c c c c c ,�„p , c c a • .t Ff p-4. a p 7•a x O o O O O 0 0 , ,a i O O 3'' z .0 '..- 0 o O to ok o a a v o o a t} � s c) Z p c z` c c c c c c c fit c c .' E • e9 V '.tk U UUU U U U of a�'• oo r ' :' �.°.r 0 N •U ey -.. N, . N N N N N N N rzi, - N N , •'� T a) C a) i;� •r •+f,w 4) a) a) a) Q) a) a) a) a) ,4Sr?- *�'"; 11�''•:i ::= 0 vai 10 p ccaa = c�a caa cCa 03 03 al 03 •% ` 03 al g 4 V — >, .c O U a to 1,; a_ a. a. a. a. a. a_ Ds ,) a. d ,4 q x btu co o i . .• �' 1c.. 4;0. e 4 ; Q� a) L a) a) a) a) a) a) a) a) m �s �, C *a W r a r ay by,3' a) a) O a) O a) a) 'Art„;t d s4 a) a) A witt W -1 C _ col- U) 'afE i. '� �U) U) U) U) (/) U) U) 4!.. ,•, 2; U) U) r.r3 y„r.. d a'a sy (4 L) ci ti <n ci .n (4 ( ( � L► c) L2C4 (1 . .- E wwwww uJ wW W w w W WWWwww w w - 0 }- 7- r D-)- )- )- y D- D- >- )-.)- Y.Y- 7- > > 7•- IU U c 4 U a r a m • y >, 4-0 G • = d E ai N c2a v 3 c CZ • v •0 j E 73 ca oV TO ( 1n - aa) — o'- U .. rz C a a) E i - co ca c a) J a cc' c.) x 4- N c o 0 O a) 0 O • 4r N U c - 1k Ueea p = a v) � • E eo a, ca TS waE Ca • G. a) r / •X c No _CD b a) c c0i a) ;J • C £ p - r O •v' (a N �- C c (a O (a a RS p en om ao E N X a . E a) N c') V `'4 0 - c.) I__ T 0aoc - C COoa) 8 0) .6- • ca c 03,ct NSC� " .cN U a 0) u) C c GC a) M . o _ T CZ a) °) -a ( a) a) o o p .E ca o a) C4 � NaQen c c �) N E 3 > c cm c0 cx ,c c O a) D _ o a) p a.g c c o Y a) O o O O c co o _ _ cc; a) E N C. 00Op. caa) .2 `a3moa) �a °) 12N .EcW c 00 oy v o • U � E0 -° > = EoQrnen Q• aE cp c08E � Esc9 coo d ccac � �' ? oo.E � m cc cocaoU oo• >)E �^o Ca E ja E � o Nmmm 213ccxcag � EE (/) - • 0 caoE a3) 2 Z p v°)) = o' = 20C. OYu) E E 8 � co � U � c`nv o _ a � .- a) n a C Z N = - c a) Qco }. 0cc OQN yra -- '- � a) €.- a) •m 012 .c E O n. O E c`ai cam) aE) = ca o > o in 0 0 0 3 = a N I o a) a 0•- p o . '+ Cl. 2 L ttY h 0 Y t > ch > C a. c-0 .Q ca p .- Q' cn a= : O al — i O 3 o u)m 'D m N — m O .0 O NC) m N « > O cz U c >, 7 .p N a) c) a_ o m -0 = ca .e o o t� r 12 12 N ct as u' o N •E •— a cr CD C >; Oc._ � C- N x o u) .- � in U) C3 (nowl �/O� �/O� a � � .- icy c) �� MC . co Q C G to W T it 0 "O c T T L) Q 2 M a U)VJ Q T Q 5 C T G C F— .� 1 IIIII I I I I I 1 I 1 1 I 1 1 I I I Vendor Qualification Completion Form The City of Omaha is cognizant that the long-term cost of purchasing a computer system includes far more than the initial purchase price. One component we strongly feel should accompany this purchase is the value-added promise of service and support. Please indicate your compliance of vendor after-sale service and support by using an "x" or "checkmark." By marking an "x" or "checkmark" in the appropriate box below, you certify that your firm will comply with the condition as stated. If you do not mark this box with an "x" or"checkmark," it indicates that your firm does not or cannot comply with the condition as set forth. A successful bidder in this purchasing category must comply with all twelve of the following vendor qualification statements in addition to providing the lowest cost for product components or systems specified herein. .5 Must provide 24-hour,365-day-per-year telephone technical support for the life of the system. Er Must provide toll-free long distance or no-charge local telephone access to this technical support for the life of the system. Er Must provide telephone technical support for the life of the system at no charge to the City. .5 Must allow the City MIS division qualified technical staff to perform any and all problem determination and repair with vendor technical support during the warranty period without voiding the warranty. 15 Must provide next-day delivery of replacement parts (subject to parts availability) during the warranty period. EJ" Must provide pre-paid return of replaced parts during the warranty period. Er Must provide next-day delivery of replacement parts (subject to parts availability and shipping considerations) after the warranty period. Sr Must provide no-obligation, no-cost(except shipping) evaluation of any available configuration for a minimum 30-day period. 15 Must provide 30-day, no-questions-asked return of system for full refund. • ta System manufacturer must be ISO 9002 certified. (A photocopy of documentation from ISO with certification number matching the bid specification must be included with your bid submittal.) ® System manufacturer must be Gartner Group Enterprise-Tier,Middle-Tier or Specialty/Focus certified. (A photocopy of documentation from the Gartner Group identifying your product as certified must be included with your bid submittal.) aSystem must be certified compatible for use within a Microsoft Windows NT Server 4.0 network environment. Signature: Title: A ccou..t (rick,a e- Date: cS 701/4.. 00 • .—L • .r System Type:E-3200 500 http://srcapps.gw2k.com/fi1es_americas/sa...counts/ma quote/ma quote log/01211619.htm . , . ` Gateway Business Company Name: City of Omaha -Omaha Public 610 Gateway Drive-PO Box 2000 Library North Sioux City, SD-57049-2000 Library NP-Douglas County Supp. 800-779-2000 Line Item Number: 3,Configuration C Phone:402-444-5407 Account Executive: Terry Kilberg Fax:402-444-5423 Phone: 800-779-2000 Ext.25713 GW Quote #: 01211619 Fax: 605-232-1984 Quote Date: 01/21/00 11:59 CST E-3200 500 System-Quote Processor: Intel®Pentium®III Processor 500MHz with 512K Cache Memory: 128MB 100MHz SDRAM expandable to 384MB Monitor: EV700 17" Color Monitor(15.9"viewable area) Video:ATI RAGE 128GL 16MB AGP Graphics Hard Drive: 10GB 5400RPM SMART II Ultra ATA hard drive Floppy Drive: 3.5" 1.44MB diskette drive CD-ROM: 17X min./40X max. CD-ROM drive Sound System: Integrated 16-Bit Business Audio Case: Highly Serviceable, Convertible Case Keyboard: 104+ keyboard Mouse: MS IntelliMouse mouse &Gateway mouse pad Operating System: Windows NT 4.0 (limited upgrades and downgrades) LANDesk Software: Intel®LANDesk Client Manager Software v3.31 Anti Virus Software: Norton Anti-Virus Software Network Card: Integrated 3COM PCI 10/100 Twisted Pair Ethernet w/WOL Speakers: GCS200 Speakers by Cambridge®SoundWorks Service Program: 3 Year Parts&Labor Limited Warranty with 3 Years On-Site Service, Limited Hardware& Software Tech Support as long as you own your system Configured Price: US$1,385.00 System Quantity: 25 Total Price: US$34,625.00 Comments: Shipping &Handling is included in the system price When placing your order, please attach this quote to your purchase order A copy of this quote will be held for a period of 90 days after 01/21/2000 MASTERCARD,VISA,AMERICAN EXPRESS,and NOVUS/DISCOVER accepted.C.O.D.,CASHIERS'S CHECK acceptable within the continental United States.All prices and configurations are subject to change without notice or obligation.Prices do not include shipping and handling and any applicable taxes.Many Gateway products are engineered to Gateway specifications,which may vary from the retail versions of the software and/or hardware in functionality,performance or compatibility.All Gateway Celeron(TM),Pentium,Pentium Pro,and Pentium II processor-based systems are qualified to carry the"NSTL Hardware Tested Year 2000 Compliant"logo because they have successfully completed the NSTL YMARK2000 test.These systems have also passed the Microsoft Millenium year 2000 test suite.Gateway cannot be responsible for any bundled software that improperly sets,resets,or calculates dates.These issues are not related to the hardware and operating system,and cannot be corrected by Gateway.Call 1-800-GATEWAY or write to us at Gateway Terms&Conditions,P.O.Box 1951,North Sioux City,SD 57049-1951 for a free copy or our limited warranty,on-site service agreements,and installation agreements.If your Gateway technician determines an on-site visit is necessary,on-site service will be provided for product purchased and located in the continental United States,Alaska,Hawaii,Puerto Rico and Canada(excluding mice,keyboards,monitors and Solo portables).See agreements for specific terms and limitations. 1 of 2 1/25/00 3:37 PM 1 • B'id Requirements Instructions: You must identify, in writing, the make/model/version under each box in the "OEM Response" column. All components must be on the Microsoft Windows NT 4.0 Hardware Compatibility List — mark Yes or No in the last column. Failure to do any of these will be interpreted as not meeting specification. All bids must be accompanied by descriptions of the system(s) sufficient to allow evaluation of the bid. In order to evaluate your response to specification compliance, please provide comprehensive technical documentation if you are bidding components not identified as acceptable in the following list. User's manuals or excerpts therefrom do not meet this condition. Bidders may submit unlisted components for consideration, but such submissions must be accompanied by comprehensive technical documentation. No bids including unlisted components without technical data will be accepted. No bids including unacceptable components will be accepted. Failure to provide descriptions of the system and comprehensive technical documentation for unlisted components will be interpreted as not meeting specification. System and Component Qualification Component Conditions OEM Response On HCL? Manufacturer of Must be stated-any bid omitting System this information will be rejected. Motherboard Intel. IBM, Compaq, Micronics, Dell, Manufacturer SCI, AIR and Zenith are acceptable. Silicon Star, AOpen/Acer Open, i1 DTK and EFA Corp. are I r\t l i E S unacceptable. Fixed Disk Western Digital, Conner, Maxtor. IBM, CDC, Quantum and Seagate Q and u m YEE are acceptable. CD-ROM Drive Sony, Creative Labs, Philips, Hitachi, NEC, Wearnes and I'll S U m E Toshiba are acceptable. 3.5" Diskette Drive Epson, Panasonic and TEAC are - E S acceptable. PAr.a So r, C- 17" Monitor Sony, Seiko, NEC, Mitsubishi, Nanao and MAG lnnovision are fn/3 G I r„o V\S+o r acceptable. ES Video Adapter Diamond, STB, Matrox, ATI, Paradise, nVidia and#9 are • acceptable. GUI6000 and Trident Pt T 1 are unacceptable. Network Adapter. Only 3Com is accceptable. 3 c o rr YES Sound Card Creative Labs Sound Blaster or DES 100%compatible is acceptable. Sou..dbl�S tee Coy. fad;b 1 Keyboard Alps, MaxiSwitch and Keytronics are acceptable. (Y) s w; r c 1 Y E S Mouse Only Microsoft is acceptable. rnicrosof4 ES NOTE: Components listed as "Acceptable" have been tested and found satisfactory by City of Omaha technical personnel. Components listed as "Unacceptable" have been tested and found unsatisfactory. Any exceptions to the above specifications must be accompanied by supporting technical data. 1 37 t"`rt :'s�'I47: . C C C cn C C C C 111 'k a C C v Xt•ha,.776 to y-w50, a a) Cl) Cl) Cl) a) . xa O co a) ;IV! -N t i 21. �„ a) 2':�f,'•• bi "v`•. a) a) a) a) a) a) a) 3�si' x ,�i �^ �,='ti* ��G JH c0 b O ' ,� -' CC CC CC CC rn y)r�.F n{i° t A L L W ' i LIJ W Ll) lL LL LiJ 111 'g t)" L1J L1J x c y. • Q 0. C O `O 0 ,51 •, 73.414 . 0 0 0 0 0 0 t+�t e 0 0 r� ":7; 7 � N N N N N N N > ,�' NN +' p Cl) O C 13 Q'i u 'R < v 0) 01 co 0) O) 0) 0) x ah on O1 Y�• ,1"i ;.-a a0 `.1 } .> al CZ c0 t0 c0 c0 c0 .r r c0 (0 ti . , 1 er _ O O nor )''�i. IZ IL a. LL a. d IL i .s 47e a. a- �'j try.! y�Sr? 1r C a a *f i O Y a) a) Y) Q) a :A xr'i r}i. F};;x O N } V E •A Y Oi -1 !nV't Q Q d O Q fl ' a { Q O ` Aa dy L M1i 0 cv E W t , E E E E E E E g EE z• y .�_. sn u) 3 a 0 : ..� •,.r i�.'y o 0 0 0 0 0 0 y',g 91r: o o • .._.' :'�'.StF','•++.i t .."'•yx- U U U li *.U U 'S J, v'Cr}•r t+: 0 U ,t . tf ; U UUU sty t: � a .u,..�,a: 'O O L (4 u 04 e. ' " r ter'.4 x. 4� A 'IF x'Aid. ''P-'t C. 1 > ` x , A a) 4 Vs.;ga,, in in �� in in in Fic vi —( , f4-'-,�0 1 = a. C H } g..,•. to +t r St 0 C " y§j ,5,1 2Z o � .0-0, -'`': 0 000 .o o co- '. 0 gyrkl'sW O co c) 2 C ., o. c 1- a p o U 0 0 0 0 0 0 : 2 0 U 3+ 'aa' ,-`'- 4'' G -0 a) co C) P#''ors -,..,r,rt< " ,ti% . , 0J = •�� � � GN NNN •N C\I " I 4,N 4 NN jE�si44,-44 . H N -r 4.a.a gt:.:. .(�C13to U to TS r 0.r ,,. m a) a) 'a) a) a) a) *_ ,- a) a) gzilt N a)0 = C W�`^G" '-' a) 0) C) 0) a) O) C) f`rt. x_, 0 07�,ut ,fi�??. •.— i. Q O ,.i^ i 4 al. (0 ca c0 ct0 f0 f0 s=i•` rt'zo (0 c0 l{r ,tl: , F "' O �°' O a ' < a a a. a- a. a- n. - `,.. a. a it' n� ' 0 A .c Q) ff ht! f Fn g a.. c) L a) 4-i, te, a) a) a) a) a) a) a) 0 0 " ) r , qq..�� .. c0 a, ''0^3 �� � , .•''a^)) ''at^e) ''a^)) ''atte•)� �'a/^)) ''at^)) 'a^) �, `ate) 'a)) ,... ,��,•� ",,,. ismVI v J LT;1 V/ U) V J u) u) u) u) c'i Y3 why.u) v J '", he f. ,,r .i. Cn 13 0 d 0 ft a)' .� a) 'Q U) co u, ) l,, <'' ` w c' wW0 o-a Q c1 (., 4-7 (.0 ci Li ti c) iw W w Lu W- jjo w d ti a) a) G 0 v o " 0 a`) c°)i O c fi llê y -0N c0 m .DE coix m °) c • c.)) UJ . N ? E 03 fl. E C v U (o 7 = >0 Ec c N 'ES a a) inC CD k` m e 0. a)•� r o "X v o c To o T za � "l t 0 ) m a- . ca o x • Rs . E C 3 .0 v 0mQ g- '- E Y -� •o .0 a) o . c0 �" U V I— a s aD O c a O. . }- O 0) •`i �= � f0 m � Q (n � N X L N 3ct z (c. C C G t.. C C) to O ) _ O V' .. N •Q O "' C .O i Q) N E N > C a O O 'E (0 a) c N r N co 0 a) ►` O O t9 _ ". � «. C 'aL 0 0 � C 1 c 0 r"" 0. i 0 _ E c0 -G �O 0 =2 '`—J 'n a) a) i0 12 a .0 •c 0 C ` c� ce 'i o U ° O �m a > cE8< c)), � aEsa � 0 - � 0c " 0 -- V v) I.L. c E ) ai v ,: o 03 m a) cn m - E • a 03 to Q .0 a'c as .i g .X a) ` 0 a coon Q. o ~ 0 , 0. co') a) aci E .0 E � ° Na) m � 2 � OE0m °o8Uocno•„0a_ . `0) - • 0 Z = co c a E20 .... 2 N Eao as Uo 8('} � N �t .5 = a) � c a Z m G N m Qo om aQN cnYa- N o c a) a) ?� a) a o E p E C Ecv -cEoCcaOc ' in0003 " acnY 0conuaicop ` ' v I a iii O. - c0 � 0 Y .0 '*- ce) C O- C n' D c0 0 ,— u) Q O 0) a) t0 FA O aci 3 CO0 v�i m -cp N0 m o o ._ cc*) of 00 N °)Tes N 3 o c c c a • 33 Cr d av aoYm2 � � . cli E � _c°) oao .o `� ai) uai � ° LnN � m > X cc J mQ c 7-) LJrLL 015 Cry ,_ Q CM fl.u)u) Q .-- < . 2 .E f- ..- 1 I I 1 1 1 ' I I I I I 1 1 1 I I I I I I • Vendor Qualification Completion Form The City of Omaha is cognizant that the long-term cost of purchasing a computer system includes far more than the initial purchase price. One component we strongly feel should accompany this purchase is the value-added promise of service and support. Please indicate your compliance of vendor after-sale service and support by using an "x" or "checkmark." By marking an "x" or "checkmark" in the appropriate box below, you certify that your firm will comply with the condition as stated. If you do not mark this box with an"x" or"checkmark," it indicates that your firm does not or cannot comply with the condition as set forth. A successful bidder in this purchasing category must comply with all twelve of the following vendor qualification statements in addition to providing the lowest cost for product components or systems specified herein. ( Must provide 24-hour, 365-day-per-year telephone technical support for the life of the system. Must provide toll-free long distance or no-charge local telephone access to this technical support for the life of the system. Must provide telephone technical support for the life of the system at no charge to the City. Must allow the City MIS division qualified technical staff to perform any and all problem determination and repair with vendor technical support during the warranty period without voiding the warranty. Must provide next-day delivery of replacement parts (subject to parts availability) during the warranty period. El Must provide pre-paid return of replaced parts during the warranty period. Must provide next-day delivery of replacement parts (subject to parts availability and shipping considerations) after the warranty period. Must provide no-obligation, no-cost(except shipping) evaluation of any available configuration for a minimum 30-day period. Et Must provide 30-day, no-questions-asked return of system for full refund. System manufacturer must be ISO 9002 certified. (A photocopy of documentation from ISO with certification number matching the bid specification must be included with your bid submittal.) 121 • System manufacturer must be Gartner Group Enterprise-Tier, Middle-Tier or Specialty/Focus certified. (A photocopy of documentation from the Gartner Group identifying your product as certified must be included with your bid submittal.) System must be certified compatible for use within a Microsoft Windows NT Server 4.0 network environment. Signature: -y �c-e�� Title: P c c o u.,t En ec c '. e Date: a s 3'Qr, 0 0 System Type:E-32Q0 500 http://srcapps.gw2k.com/files_americas/sa...counts/ma quote/ma quote log/01211660.htm • Gateway Business Company Name: City of Omaha -Omaha Public 610 Gateway Drive-PO Box 2000 Library North Sioux City, SD-57049-2000 Library NP-Douglas County Supp. 800-779-2000 Line Item Number:4, Configuration D Phone:402-444-5407 Account Executive: Terry Kilberg Fax:402-444-5423 Phone: 800-779-2000 Ext.25713 GW Quote #: 01211660 Fax: 605-232-1984 Quote Date: 01/21/00 12:06 CST E-3200 500 System-Quote Processor: Intele Pentium®III Processor 500MHz with 512K Cache Memory: 256MB 100MHz SDRAM Monitor: EV700 17" Color Monitor(15.9"viewable area) Video:ATI RAGE 128GL 16MB AGP Graphics Hard Drive: 10GB 5400RPM SMART II Ultra ATA hard drive Floppy Drive: 3.5" 1.44MB diskette drive CD-ROM: 17X min./40X max. CD-ROM drive Sound System: Integrated 16-Bit Business Audio Case: Highly Serviceable, Convertible Case Keyboard: 104+ keyboard Mouse: MS IntelliMouse mouse &Gateway mouse pad Operating System: Windows NT 4.0 (limited upgrades and downgrades) LANDesk Software: Intele LANDesk Client Manager Software v3.31 Anti-Virus Software: Norton Anti-Virus Software Network Card: Integrated 3COM PCI 10/100 Twisted Pair Ethernet w/WOL Speakers: GCS200 Speakers by Cambridgee SoundWorks Service Program: 3 Year Parts& Labor Limited Warranty with 3 Years On-Site Service, Limited Hardware& Software Tech Support as long as you own your system Configured Price: US $1,563.00 System Quantity: 16 Shipping and Handling: Included in system price. Total Price: US$25,008.00 Comments: Shipping &Handling is included in the system price When placing your order, please attach this quote to your purchase order A copy of this quote will be held for a period of 90 days after 01/21/2000 MASTERCARD,VISA,AMERICAN EXPRESS,and NOVUS/DISCOVER accepted.C.O.D.,CASHIERS'S CHECK acceptable within the continental United States.All prices and configurations are subject to change without notice or obligation.Prices do not include shipping and handling and any applicable taxes.Many Gateway products are engineered to Gateway specifications,which may vary from the retail versions of the software and/or hardware in functionality,performance or compatibility.All Gateway Celeron(TM),Pentium,Pentium Pro,and Pentium II processor-based systems are qualified to carry the"NSTL Hardware Tested Year 2000 Compliant"logo because they have successfully completed the NSTL YMARK2000 test.These systems have also passed the Microsoft Millenium year 2000 test suite.Gateway cannot be responsible for any bundled software that improperly sets,resets,or calculates dates.These issues are not related to the hardware and operating system,and cannot be corrected by Gateway.Call 1-800-GATEWAY or write to us at Gateway Terms&Conditions,P.O.Box 1951,North Sioux City,SD 57049-1951 for a free copy or our limited warranty,on-site service agreements,and installation agreements.If your Gateway technician determines an on-site visit is necessary,on-site service will be provided for product purchased and located in the continental United States,Alaska,Hawaii,Puerto Rico and Canada(excluding mice,keyboards,monitors and Solo portables).See agreements for specific terms and limitations. NIC 1 of 2 1/25/00 3:46 PM • • r a ' blrai 9 :fill' pOix1Y-,4:111 �R C C .P ' J a) a) a) 0 a) 0 a) f a) a) ' ;,7', 1 i cn ; z Al. 0 u) 0 cn Cl) Cl) Cl) v Ar,• Cl) <n r - 'n'E, , �° V 0 C 'r ,.,= ), C C C C C C C ; S a l } C C x it'a�p r . e+ O fi O 0 0 0 0 0 0 ' 'N Y .0 .94 0) O.,2.(3''}'.F- E' 0 fan u0 la V) !n N fn ;R `�3 ^Y V) (n z ` T» �s i 92 C a) 'j n"rr ,_",. O N N U) O Cl) Cl) 1F O O Y� xsi r a >, c a) W ,•�_ * ,,. W W W W W W W xl ;tW W ,t' - .' 0. coa O . ;�;,O OOO 0 0 0 f :OO 'r�r �..., _ y _ -;.. , iO � N �,,,1y`) c G N N N N N N N '` �' m N N '�'f�; v{ `,,° c, i Q) a) t eAr a) N O N a) a) a) Z sx,�,,Z•`."a a) a) T # �r �., Cn O 0 tQ Y'" *t V; COO CCI t c�O °CI cCO Cl/ 17 al al` � e. �z,'S5s . L. { nx.y.? 3,"r} a a a a a a a mti• +M '; a a ,,:-, S 1,,-; ' .z,{S", 0 0 °1 Cl) g i 'k ` (3) a) a) 4) N a) Q) ""ko,r'.-%i. a) a) r�Y t'»r .; U a) } f c i �1 �) a <'4 e vi • "';-f a�y "St"Fr 0 .06.2.1 0 a) 4s �F r, a) •a) 0 0 ai) a) Q) m._C dd�'_O 0 aty r v r .e:. UE Oa +n.t p. O ° n. a 0. -r ° Qc-r zy t 11 a. N u) S g 0, .1 0 0 0 0 , 0 0 0 to 2'�kr O O 1,h.,-�• x co 1� Cv '� •rY$'J i U U U U U U U r F .U U P'F..t- {y04., :P -;:f CIC T :If d Z.i ail f."k.ie 1"C ''A � 'iz. 3ficQ ,�'V'• l` 't wh vY Y„ C C C C C C O. Z 0. O Cr t. .0 O O O O O O Chi O O 1x V. a co .. )Loci , ,5 d; = «. :. :_. :. - t �,, a .r 4 P i.,4 ,,d,it i EO O N p +W 0 5 '5 � a 'Or O >3 �YxrfiSs o U Z C C �) Nr ` C C C C C c c ,qy5 C c ` I w.`c. e'�'v .e. L 0 O < O O O O O 0 0 0 0 c �, s�,�r �W, d..+ E ..0 U ea11, U UUU 0 0 0 V :UU l r 0 J �Q •U '0 N te - N NNN N N N ;p 3u + NN 7 z ' sue , r- a) r h m Cl) a) Cl) a) a) a) # a) a) .Tx (6�. . O. 0) 715, 0) 0) 03 0) 0) 0) 0) r `. 4 VS, 07 0),G'sv x ;"ZrrF� 0 co a) 0 as ',.a: , co c0 as m as as as ' 4ti•; R) (O ,w,. s•07744, . .0 .. �+ c �, V a a. aaa a. a a arm s aa5, T�>< r U L a) �' t"Fy G a) a) Q) a) N a) a) ...•., .2....i.7 N a) . FAT C +.' Q m a) a) a) a) a) Cl) Cl) a�• ,T a) a) c p` �, . 0. C O U �� ,,A .. (n (n up U up (n In f U (n sx . ,,, C ma) WWIUIuW W W W LU W W W WW WWwW U W a p )- �-3-3- y > } y 7— r } .3- 3- a-.)-'- .r.D" a- co c5 is a) -a › E ,) a a) .o N 0 °) c OMN y E aj N is U 3 O) <Y co • Lc N N -0 'v. cO E C) a Q l ca U .x os_ C U U ct 0 x u) N E d 0 � c C c0i 0) 0 (Ks a) a) ll 5 tm ao as N x • cra .S E o N N 3 a , 0 v U g Q O_d E a 0 O 0 c c a) `- � C9 -- �- = � � � oc � ova) Cr) G • .� � cti ap � Q u) dX xLN a) 3— as O. F— •i c 0 '� •- .y C C 0 co as o x rN) 0 T � o - -o N -o ' N ,,, a) a) O ti ° � O c co ° .1-.1a) � Cn CVfl. 0ca ) C0C o E > coa ;: a � � 'v o U � a4 � .> gE 173 8Qrnu) °) NQ. E � o-12 aE � O2a L U � o � � co E 't -o � c m 8w 8 E Eu) r)—,0 .c = U a• o z ° U t aa) Tti N a) Q ao Q N iH1flI E m c E �Cca o > � inC�o= coa � � Y .c •c � aj > � _o coo aN cn . to 13 Ucn . y 0 c a) N m `=a a) co o- o VJ O m '_ Tsi : 3 0 03 c L. a .. d m c°i 0. oY � g -0 � � c � ac 0)'c E �- a aTS 0 3 ' 'a a /0 C 'Cs �1:1 _{ 72 T x U Y_n O j� 0 Uc u) 0'cp o �/O1 G• C -- O U L 2 cc J cc \ = G 7) W N LL 0 C T T e Q e el Q.VJ u) Q r Q s G T 2 ._ •- 1 I. 1 1 1 1 II 1 1 1 1 1 1 1 1 1 1 1 1 a , • Bid Requirements Instructions: You must identify, in writing, the make/model/version under each box in the "OEM Response" column. All components must be on the Microsoft Windows NT 4.0 Hardware Compatibility List - mark Yes or No in the last column. Failure to do any of these will be interpreted as not meeting specification. All bids must be accompanied by descriptions of the system(s) sufficient to allow evaluation of the bid. In order to evaluate your response to specification compliance, please provide comprehensive technical documentation if you are bidding components not identified as acceptable in the following list. User's manuals or excerpts therefrom do not meet this condition. Bidders may submit unlisted components for consideration, but such submissions must be accompanied by comprehensive technical documentation. No bids including unlisted components without technical data will be accepted. No bids including unacceptable components will be accepted. Failure to provide descriptions of the system and comprehensive technical documentation for unlisted components will be interpreted as not meeting specification. System and Component Qualification Component Conditions OEM Response On HCL? Manufacturer of Must be stated-any bid omitting System this information will be rejected. Motherboard Intel. IBM, Compaq, Micronics, Dell, Manufacturer SCI, AIR and Zenith are acceptable. Silicon Star, AOpen/Acer Open, nt �E S DTK and EFA Corp. are unacceptable. Fixed Disk Western Digital, Conner, Maxtor, IBM, CDC, Quantum and Seagate Q tUm LI ES are acceptable. CD-ROM Drive Sony, Creative Labs, Philips, Hitachi, NEC, Wearnes and (Yl;fi s u m EC Toshiba are acceptable. 3.5" Diskette Drive Epson, Panasonic and TEAC are acceptable. P o r o.s o C E 17" Monitor Sony, Seiko, NEC, Mitsubishi, Nanao and MAG Innovision are mi}G Yes' acceptable. Video Adapter Diamond, STB, Matrox, ATI, Paradise, nVidia and#9 are acceptable. GUI6000 and Trident A -r I Y E S are unacceptable. Network Adapter Only 3Com is accceptable. 3 c o YE S Sound Card Creative Labs Sound Blaster or `,ES 100%compatible is acceptable. Soy"ab1Rs•I-er C'ar.t,a�;bl Keyboard Alps, MaxiSwitch and Keytronics are acceptable. rn °"" YES Mouse Only Microsoft is acceptable. ES- m ;crosof+- NOTE: Components listed as "Acceptable" have been tested and found satisfactory by City of Omaha technical personnel. Components listed as "Unacceptable" have been tested and found unsatisfactory. Any exceptions to the above specifications must be accompanied by supporting technical data. • Bid Requirements Instructions: You must identify, in writing, the make/model/version under.each box in the "OEM Response" column. All components must be on the Microsoft Windows NT 4.0 Hardware Compatibility List — mark Yes or No in the last column. Failure to do any of these will be interpreted as not meeting specification. All bids must be accompanied by descriptions of the system(s) sufficient to allow evaluation of the bid. In order to evaluate your response to specification compliance, please provide comprehensive technical documentation if you are bidding components not identified as acceptable in the following list. User's manuals or excerpts therefrom do not meet this condition. Bidders may submit unlisted components for consideration, but such submissions must be accompanied by comprehensive technical documentation. No bids including unlisted components without technical data will be accepted. No bids including unacceptable components will be accepted. Failure to provide descriptions of the system and comprehensive technical documentation for unlisted components will be interpreted as not meeting specification. System and Component Qualification Component Conditions OEM Response On HCL? Manufacturer of Must be stated-any bid omitting System this information will be rejected. Motherboard Intel. IBM, Compaq, Micronics, Dell, Manufacturer SCI, AIR and Zenith are acceptable. Silicon Star, AOpen/Acer Open, ' DTK and EFA Corp. are unacceptable. Fixed Disk Western Digital, Conner, Maxtor, IBM, CDC, Quantum and Seagate ( a��v, V E S are acceptable. DVD-ROM Drive Sony, Creative Labs, Philips, Hitachi, NEC, Wearnes and , +a c I-.+ Y E S Toshiba are acceptable. 3.5" Diskette Drive Epson, Panasonic and TEAC are acceptable. f Q^c c°^+ 15"Monitor Sony, Seiko, NEC, Mitsubishi, Nanao and MAG Innovision are rl� H , E acceptable. Video Adapter Diamond, STB, Matrox, ATI, Paradise, nVidia and#9 are acceptable. GUI6000 and Trident A-f" I L; ES are unacceptable. Network Adapter Only 3Com is accceptable. 3 c o m ES Sound Card Creative Labs Sound Blaster or 100%compatible is acceptable. So...+d61Asier eoMpa-V+ble ES' Keyboard Alps, MaxiSwitch and Keytronics are acceptable. t►'1 ax+ switch 'E S Mouse Only Microsoft is acceptable. fYl; r o s o-F t' ES NOTE: Components listed as "Acceptable" have been tested and found satisfactory by City of Omaha technical personnel. Components listed as "Unacceptable" have been tested and found unsatisfactory. Any exceptions to the above specifications must be accompanied by supporting technical data. C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on January 26 for the purchase of 69 Pentium III 500 MHz computers (Configurations A through D) for the Omaha Public Library System; and, WHEREAS, Gateway Companies, Inc. submitted a bid in flit amount of $95,637.00 for the specified Pentium III, 500 MHz computers (Configurations A through D); and, WHEREAS, the bid of Gateway Companies, Inc. is the lowest and best bid meeting specifications; and, WHEREAS, Gateway Companies, Inc. has on file a current Annual Contract Compliance Report Form (CC-I), and as is City policy, the Human Relations Director will review the Contractor for compliance with the Contract Compliance Ordinance; and, WHEREAS, it would be in the best interest of the residents of the City of Omaha that this bid be approved; and, WHEREAS, the funds for this purchase come from the 2000 Douglas County Supplement Fund 140, Organization 1690. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of Gateway Companies, Inc., as recommended by the Mayor, for the purchase of 69 Pentium III 500 MHz computers per specifications in the amount of $95,637.00 be approved. BE IT FURTHER RESOLVED: By Councilmember Adopted City Clerk Approved • Mayor t t c-25A CITY OF OMAHA • 'I, LEGISLATIVE CHAMBER • Omaha,Nebr PAGE 2 • THAT, the funds for this purchase will be paid from the 2000 Douglas County Supplement Fund 140, Organization 1690. APPROVED AS TO FORM: ,e_)‘ _9#, c' ATTORNEY ATE P:\LIB\8414ma£doc ByGL4 :t9.-1((cr7442.eik •1-..„_` '/ Cotmcilmember Adopted AF 1 12000 �O A# 0„,..... ..., -, r 41Ierk Approved. " ` ` ~ `" „, i' /040/Mayor , k tT, &,i, ,.. o v ti • p oo �- w n o co E Lizi. T...., ''''.0 o n •� - - • : 0 o ° CZ. ••k\.a I-A 6 , (.>. 1st ,;) c° ,..-, Z 0 c o n `.‹ go IN5- , \‘(C=) 0 0 f--,•,.., 5, ,.< p n (\ Na o 4 O O O., 1-4, N N . G r O 4