RES 1998-1191 - PO to Gateway 2000 for computers f
OMAHA'A'F
Omaha Police Department
••'4' ��i�i`� �i�7 RECEIVED 505 South I5th Street
ctiti ? Omaha,Nebraska 68102-2769
"► e t: Pie 3 ° S ,2: 1+2 (402)444 5600
O•F= . ;..
l°1 ry (402)444-5666
��TFo FEeR°�Q � ri I i t,'.. .,;i FAX:444-4225
Ut-'cf1,i�J , lini* ;FI
City of Omaha `�'`
Hal Daub,Mayor
May 5, 1998 '
Honorable President
and Members of the City Council,
Transmitted herewith is a Resolution authorizing the Purchasing Agent to issue a purchase order to
Gateway 2000 for the purchase of 3 (three) computers for the Omaha Police Department.
The Police Department recommends that the bid from Gateway 2000 be accepted. The MIS
Division recommends rejecting Micro World and Micron as being non-compliant with the
specifications. The reason for each rejection is shown in more detail in the attached memorandum
from MIS. Computers that do not fully meet the specifications may lead to incompatibility
problems in the network which then lead to excessive down time and productivity problems.
Supplier Total Cost
Micro World $6,546.00 (non-compliant)
Micron $8,476.86 (non-compliant)
GATEWAY 2000 $8,697.00 (LOWEST COMPLIANT BID)
Media Integrators $8,751.00 (non-compliant)
KJM $9,180.00 ,
Capital Technology No Bid
Entex No Bid
GDE No Bid
GE Capital No Bid
A copy of the complete specifications is on file and available for inspection and review in the City
Clerk's Office. The total cost, in the amount of$8,697.00 will be paid from the Omaha Police
Department Organization No. 6106, Fund No. 175.
y.i: i
DRUGUSE
15 Ill
pouts ,
iz1
ABUSE „MM
Honorable President
and Members of the City Council
Page 2
The Police Department requests your consideration and approval of the attached Resolution.
Respectfully submitted Referred to City Council for Consideration:
0 -4 ' ll Ae
7d 2 r4214A► „ , t
Charles . Ci o ate mayor's Office/T, 4-rE Date
Chief o olice
Approved as to Funding:
1023�q�
Patrick J. McPherson Date
Administrative Services Director Ad, /46101-4VL> 1 /Zz/72
Louis A. D'E i`ole y( 2 Date
o4finance Director �-f "
P:\LAW\5426.MAF
CITY OF O,I IAHA
REQUEST FOR BID AND BID SHEET
ON COMPUTERS-POLICE DEPARTMENT LIST 2
PROM:P.M.Burke Published December 09, 1997
City Purchasing Agent
1003 Omaha-Douglas Civic Center NOT AN ORDER Page 1
1819 Farnam Street
Omaha,Nebraska 68183-0011
Bid Closing Date December 23, 1997
11:00 A.M.
IMPORTANT 4.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
1. Bid must be in the office of the CITY PURCHASING AGENT,1003 5.When submitting bid on items listed,bidder may on a separate sheet,
OMAHA-DOUGLAS CIVIC CENTER, 1819 Famam Street,Omaha,NE make suggestions covering reduction in costs wherever this is
68183-0011 by closing date and time indicated,in sealed envelope possible through redesign,change of material or utilization of standard
marked BID ON items or quantity change.
COMPUTERS-POLICE DEPARTMENT LIST 2
2. Right is reserved to accept or reject any or all bids in their entirety.Right 6.If you desire a copy of tabulation check[ ].
is also reserved to accept or reject any part of your bid unless otherwise Please do not call for this information.
indicated by you.
7.If you do not desire to bid,return sheets with reasons for declining.
3.if Federal Excise Tax applies,show amount of same and deduct. Failure to do so will indicate your desire to be removed from our
Exemption certificates will be furnished.Do not include tax in bid. mailing list.
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the items(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
3 each Intel Pentium II Processor running at 266 MHz in accordance with
the attached specifications(3 pages).
•
BRAND & DESCRIPTION OFFERED
BID/each $ $
By signing and returning this bid,vendor certifies that information
included in this bid is fully compliant with the Bid Specifications,
Bid Requirements, and Vendor Qualification sheets which
accompany this bid. Adherence to, or variation from,specifica-
tion is considered an essential element of this bid, and can be
used as the basis of product evaluation and subsequent award.
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 % Firm Incorporated in
Delivery(or completion) Name Signature
calendar days following award Title Phone Fax
Address
HP-8B1 (94) Street/P.O.Box City State Zip
• - . ,
o -a5' -' � M -LgD '" D � � � jw = C <cD � � o , ac -trnmi ' � n07 I- XI
O O- C) C) 0 C C•)'1 c�• O '>3 5. N 0 g CD 0 o v a, 0 < C(n >4 . N Q CD Z Q. 5 CD
,o m Q 73 a. �. * o Q w 53 w a) 3 '0 o 0 n s D E o o cn s Q W o T. o n CAD cD
m CD co -..0 c 0 - ai O m j C W esA. IV Q- — 7 ▪ m C) - a N o m N el y
Q o r. - o O - -. p c' r«
—c7). ••• c) 'ao0m - `� mc, , ,.n0OQ ° 00D3 (Da) 3 0c��o Z 0
w °i - o3- Ko = oa) — � 3no �' aDq 0O A) wo = CD a)
.� wSo �' � co � ?-P9. � � oc' C307 mWcDCly � fD C in Z
- o ' 3 N • C T-p .a .. -. 8 cn 0 Q ) a) 0 CD Q c) -a cn o0 0 5*' 3 a C
cn `< = 0 Q O -o cn o 5' -D _ w * * - co x- $ m <• _. a) 6 co O m o w a) 3
0 3 C L —,..< 0 CD n D O C z -_0 c • Q o a) o. = o o to �7- ;e C.
0 0 _
CD
.,o cD ca. o 0 E 3 � o m op - � 7 3 73 < Cr) Cr c a C� Q o ", Fir ..►
o mci3O = 3 as _ ..., x � 0- o � yQ .. o 0 03mC) � m
-- = O o c o o w CO m .. Ka.) -- ,o .. nuIfl -U
vi C o W -, wcon Z I- U
O
Ft; m o �'• Z N c an) oD °pWm U �, W
N cn C A) 3 X O CS ,
con- � � coons a o aQa5- o o 0 a. --I
rn0 " �
cn o
X p co O in n co N ,< Cn , ''
C) O — C) co � a) C •P -P - ^ A 0 CD .
O CD a) -•ID
"OSD m (OD N a) a `2 a) O A X 3 Q n = C ty n
0 O.'p - CD cn• C1 O O X CD Cn S N ..► ,00 COD o O O 0 (D 1 5- 9 Q. n O a)O O _ O C C1 C CD a, n Q-
= _ (D •A -• . -O O -, X C2 N Z CD
.< CS = O 5 a) x a) NI Cn Z Cn
n - D Q Q - n
. — cn O 3 3 Zo
< El a _CDIV
CD n C C71.
CD n 0 V) CD 0 Q om' 0
Q
cn (�D —s:u p O ..*
C o_ 0
3 3-
0 i. CD 03
"a Q'o Ca
c' CD
aC
-
CD co ." • co co co co CD CD CD V-- ` CD ♦ co ,..► M /�}�
,:M. F 1 CD Z n n,► SU `/D✓
O 7.1
• r - Oo- CD Cn
. p ] t • x. Q o Co ca CD CO
..
CD 'r o CD W4- ! U A
t31N '° •z g IV N IV N N N N , NQ0,) "` EhTJ co.
�. a r77" ^IT W1 rs •. •Y O OQ
•
O O 0 O •f - n0 QQ , , = = Zn'' ` ' o ' t Q 0. a. 0- 4 N o 3 D M
r.
•r ' ' O. — ! •a., ., O O O• O O- O- O 4. : 't a'O - -O
�,, .s . v 'A ) . '• fir, V: !1 N li N Vi (n f yy.ram r ..-. (n N) z"0
q ,.
CD
x ' r= 1y.7< : O it -,
'a a 1 ,. x ▪ ,• i'< tnx.%:: „'
?t'` , • r , ', 11 ▪ t =i t : r p) CD CD
- . r';.O O ry --• )s- O 0 o O O O O I z 3 E W
$ ,"'f 4,P 3 3 �� 3 3 3 3 3 3 3 'Ty, ,cf, a�
'' T n all 110 •a 1Cl r l,y:, - 10 - 73 -o -0 p# • i•.-o 3
'try `t. W, i,�ei�,i CD CD Y'yt t ) CAD CCDD CCDD CCD CCD ,CCD �Yi�k �"r.xr9 co 0 i
-.�r' zk:< ,1'w.-•- rP' CD N v -.6 4 ,.,7 -.. CD CD CD CD CD CD O E. Ye r ".i;;
1 -.1 . CO a) O W a) O SD a) O ; . ' Z cQ
-c: ..sue. -. Co CC i-t: lQ O O (C] CC] CD O h,•' 1r Q C
i CD CD :t.t '* AD CD CD CD CD CD CD !.,.. ��aa. tr. TM CD (D 5)
' r N N •^.il ��i N N N N N N N tXr f`°' X N VQ)
iC c a n:�1't t r• ,rx +''x% •• r. it y±O '4. j
< 0 0 r,. : ,Li; 0 0 0 0 0 0 0 .� .+i s.,. cD o
t° s rY .f 4- '' m m ': • ,,, m m m m m m m • , . ,; m -z -, ..<
) . S',4 7* >^ '; '' CD CD y.ii T1 .: CD CD CD CD CD CD CD 4 ' CD J. a A)
T C Fr, ;s _.a.... cn cn cn cn cn cn cn •t ' It, Cn CD CD
• •' '-y•:,.,f 4 '-o •D .- .r t u. - 0 -o "O "O -O -o *F dF - O CD CS
3` _' .."�-• iP { f"3�''' t 0 7 •C':. WI''''rt O O O O O O O ,- y O n � Q
rr. . 1.. ' P :'.--• -2..yv N 44 : 1"-• CD CND CCD CD CD CD cn CD ''r:"-'44 '{:O 0 5
• .-.tin.... -�. - .
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
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
are acceptable.
CD-ROM Drive Sony, Mitsumi, Sanyo, Torisan,
Hitachi, NEC, Wearnes and
Toshiba are acceptable.
3.5" Diskette Drive Epson, Panasonic and TEAC are
acceptable.
17" Monitor Sony, Seiko, NEC, Mitsubishi,
Nanao and MAG Innovision are
acceptable.
Video Adapter Diamond, AccelGraphics, STB,
Matrox, ATI, Paradise, nVidia and
#9 are acceptable. GUI6000 and
Trident are unacceptable.
Network Adapter Only SMC is acceptable.
Sound Card Creative Labs Sound Blaster or
100%compatible is acceptable.
Keyboard Alps, MaxiSwitch and Keytronics
are acceptable.
Mouse Microsoft is acceptable.
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.
•
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
"c.heckmark." By marking an ``x" or "checkrnark" 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.
❑ 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.
❑ All systems must be Novell®NetWare®"Yes" certified as complete systems. (A photocopy of
documentation from Novell with certification number matching the bid specification
must be included with your bid submittal.)
❑ 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 Consolidated Tier 1/Tier 2 certified. (A
photocopy of documentation from the Gartner Group identifying your product as
certified must be included with your bid submittal.)
Signature:
Title: Date:
MEMORANDUM
January 5, 1998
To: Pat Burke,Purchasing
From: Cathy Feltych,MIS
Subj: Bids for Requisition 78093
The low bidder on the Police Department's Requisition 78093 was Micro World(unidentified brand computers).
Second-lowest was Micron Computers(Micron brand computers). MIS advises against awarding these low bids.
The third low bidder was Gateway 2000. Gateway 2000 met all technical and vendor specifications. MIS
recommends bid award to Gateway 2000.
Company Total Reason Rank
MicroWorld $6,546.00 No anything 1st low
Micron $8,476.86 No prepaid return 2nd low
f+ OlMap �, [,> � 0, o� Ll
$ �46 tee„.,.4 7�„ t4 14
Media Integrators $8,751.00 No Gartner 4th low
F ' `.. 4, _ 4 .. f 3)W alp. n. * .,;,MUM
Capital Technology — No bid —
Entex — No bid —
GDE — No bid —
GE Capital — No bid —
Micro World Micro World did not identify the brand of computers offered. They included an advertisement that
listed many brands of hardware they sell,but gave no indication which if any was specific to any of their bids.
Some of the companies they listed do not manufacture computers at all,but only peripheral devices such as
printers.
Micron Computers Micron does not provide prepaid return of warranty replacement parts. Also, shipment of
replacement parts must be secured by credit card,delaying the system's return to duty.
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebr May 5 19 98
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS,the Omaha Police Department has need of 3 (three)computers; and,
WHEREAS,a complete list of specifications for the computers is on file and available
for inspection in the City Clerk's Office; and,
WHEREAS,the lowest compliant bid was from Gateway 2000 for a total amount of
$8,697.00; and,
WHEREAS,the cost will be paid from the Omaha Police Department Organization
No. 6106,Fund No. 175.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, the bid from Gateway 2000 for the purchase of 3 (three)computers for the
Omaha Police Department is hereby approved.
BE IT FURTHER RESOLVED:
THAT,the Finance Department is authorized to issue a purchase order for$8,697.00
from the Omaha Police Department Organization No. 6106,Fund No. 175.
APPROVED AS TO FORM:
ASSISTANT CITY ATTORNEY DATE
P:\LAW`5427.MAF
By.:
ember
Adopted MAY 7,-...199.6 7-
/ City rk
Approved.. .... /O
Mayor
'b on .d iru :
8
O = b --i, A' CO CD O
CD °
q Z p � oo �, 0 o .
ob
110
2. ¢, C g N
• O (gyp ° ¢ CD CDO
0 'ci).. Oo
PPPCDPCD
i0
1