HomeMy WebLinkAboutO-1992-1871
.
.
ORDINANCE NO. 1871
AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE
CITY OF LA PORTE AND WELTON/SOLAR SYSTMES, INC., FOR PERSONAL
COMPUTERS AND COMPONENTS: APPROPRIATING $12,451.00 TO FUND SAID
CONTRACT: MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO THE
SUBJECT: FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND
PROVIDING AN EFFECTIVE DATE HEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE:
section 1. The City Council hereby approves and authorizes
the contract, agreement or other undertaking described in the
title of this ordinance, in substantially the form as shown in
the document which is attached hereto and incorporated herein by
this reference. The City Manager is hereby authorized to execute
such document and all related documents on behalf of the City of
La Porte. The City Secretary is hereby authorized to attest to
all such signatures and to affix the seal of the City to all such
documents. City Council appropriates the sum of $12,451.00 from
various departmental accounts to fund said contract.
section 2.
The City Council officially finds, determines,
recites and declares that a sufficient written notice of the
date, hour, place and subject of this meeting of the City Council
was posted at a place convenient to the public at the City Hall
of the City for the time required by law preceding this meeting,
as required by the Open Meetings Law, Article 6252-17, Texas
Revised civil Statutes Annotated; and that this meeting has been
open to the public as required by law at all times during which
this ordinance and the subject matter thereof has been discussed,
considered and formally acted upon. The City Council further
ratifies, approves and confirms such written notice and the
contents and posting thereof.
.
.
ORDINANCE NO. 1871
Page 2
section 3. This Ordinance shall be effective from and after
its passage and approval, and it is so ordered.
PASSED AND APPROVED, this 26th day of October, 1992.
CITY OF LA PORTE
BY~
'N rman L. al n
Mayor
ATTEST:
~ L~-t;-
C erJ.e BlacK
City Secretary
6r:~
Knox W. Askins
City Attorney
~""'''''''''''<:;'V
~S~,~~', -: . ~:
p ~ ~ ~ ~.... ." ~ ~. ,
:i to" tJ&V
~ ~
~ '; ",--?' -
~-" ~
~ ~. """-/ -
1: -;. '\. .'
"
,/ ....~ ~
./ :.
~
..;f
" .. ....~ :-....-':'.
.
City of La Porte
Eswhlished 1892
November 4, 1992
Welton/Solar System
Attn: Jerald Harris
PO Box 751534
Houston, TX 77275-1534
Re: RFP #0045
Microcomputer Systems and Components
Dear Mr. Harris,
The City's MIS Committee has reviewed proposals received for Microcomputer Systems and
Components. Based on the established review criteria Welton/Solar Systems was identified as
most responsive and capable of meeting our needs.
This letter is to inform you that on October 26, 1992 the City Council approved Ordinance
1871, authorizing a contract between the City of La Porte and Welton/Solar Systems, Inc. for
Microcomputer Systems and Components as referred to in your response to RFP #0034 dated
October 12, 1992.
Purchase Order #930201 is issued as a contract for the Microcomputer Systems and
Components. Your response to RFP #0045 is attached to the Purchase Order and is fully
incorporated by reference.
We thank you for assisting the City of La Porte with its computing needs.
Sin~rely, /! /.'
,7 .//" "
1/ ./ t//!' of
-"': n' H/"1'/ .;.' I. ;j,U:J
.~..- "t.l/ l./ ft ,. ~ v V ..
t/Larry Mabe
MIS Manager
/cbr
r,(), Bllx 1111 · 1.01 Pllrr..:. T":X;l" 77172.111; · (71)) 4/1.'j('2L1
.,
~
.
e
CITY OF LA PORTE
REQUEST FOR PROPOSALS
FOR FURNISHING PERSONAL COMPUTERS AND COMPONENTS
August 3, 1992
TABLE OF CONTENTS
I. Background
II. criteria for Proposal Evaluation
III. Specific Proposal Requirements
APPENDXCES
~. Product Price Proposal
B. Vendor Questionnaire
Page
3
4
5
8
14
.
.
I . BACKGR01JHD
The City of La Porte, Texas is a residential community located
in south east Texas, approximately 20 miles south east of
Houston. The City manaqement has recoqnized that in order to
provide the hiqhest quality services to it's citizens in a
efficient and cost-effective manner, information systems must
be used and maintained. These systems provide the employees
with a means of quickly responding to citizens' inquiries and
efficiently monitorinq the operation of the city.
The City is presently utilizinq over 60 personal computers for
a number of financial and administrative applications. All
the personal computers are DOS IBM compatible machines.
It is the intent of the city to obtain a vendor that will
provide the Information Services Division with parts, supplies
and replacement components for the IBM compatible computers
now beinq used and to assemble complete systems as required.
CXTY OF LA PORTE
ESTIKATED SELECTION SCHEDULE
Task/Event
Mailinq the RFP/Advertise RFP
Receipt of the Proposals
MIS Committee analysis of Proposals
Recommendation to City Council
TiminCl
september
October
October
Octo):)er
11,
12,
12 -1 & ,
2&,
1992
1992
1992
1992
e
e
II. CRITERIA FOR PROPOSAL EVALUATION
The City reserves the right to accept the best proposal for
the City of La Porte and is not required to accept the lowest
priced proposal.
Based upon the information requirements and volumes presented
within this RFP, a realistic response structured to the City
of La Porte is expected. Heavy emphasis will be placed upon
service and cost.
Each response will be evaluated on its merits, but the most
important consideration will be how closely the proposed
products meet the needs specified in this RFP. Any vendor
respondinq to less than the complete needs of the City (i.e.,
only selected components) may result in a no evaluation of
your proposal. The following sections of the RFP will present
the content expected from a vendor and the City's product
needs.
The vendor shall meet the requirements presented in Section IV
of this RFP. The major criteria which will be used in
evaluating your proposal are presented below in order of
importance:
1. Ability to furnish the proposed products and hardware
components that meet the specifications defined in
Appendix A of this RFP.
2. Cost of hardware components.
3. Financial stability of the systems and hardware vendor.
4. Vendor providing a one year prompt replacement policy of
defective components, on-site in the Houston area.
5. Availability of hardware.
'The specific proposal requirements outlined in Section Ill: and
the forms in Appendix A and B have been developed to enable us
to evaluate your proposal in accordance with the above
criteria. You should also complete the questiomuaire in
Appendiz B. Failure to complete the questionnaire may result
in no evaluation of your response to this RPP.
The City reserves the right to purchase, in part or in whole,
any items in Appendix A on dates and times as needed by the
City.
e
e
III. SPECIPIC PROPOSAL REQUIREMENTS
Each vendor must propose a cost on all the items in Appendix
A, as listed, or indicate an alternate item that is equal in
quality and function.
All parts and equipment must be new, in original packaqinq
with all documentation provided by the manufacturer.
To preclude any questions as to what we desire in terms of
proposal content, we have prepared the forms in Appendix A and
B. These are believed necessary to allow us to make an
objective appraisal of your proposal and establish a common
basis for evaluation. Please feel free to make any additions
to these forms in order to clearly present your proposal to
us.
All inquiries concerninq this RFP should be submitted to Mr.
Larry Kabe at the followinq address:
City of La Porte
P.O. Box 1115
La Porte, Texas 17572
(213) 471-5020 Ext. 226
Failure to adhere to this notice may result in no
consideration of your proposal.
QUESTIONNAIRE
In order to facilitate your response to this RFP and our
evaluation, a questionnaire has been provided in Appendix
B. Please complete the questionnaire and include this at
the front of your proposal. This will greatly assist us
in our analysis; failure to complete the questionnaire
will result in no evaluation of your proposal. Any area
of this RFP covered by both the questionnaire and this
section does not require two responses. Therefore, if
such a duplication exists, please place priority on the
questionnaire.
,DELIVERY
The proposal should specify the timing and availability
of all proposed components. Please state the delivery
time in terms of number of calendar days after receipt of
order.
e
e
CONTRACTS
Include a copy of your standard contract
proposal. Also include aqreements for
maintenance, credit, software, supplies,
related services and products.
Your proposed cost must be firm for at least 90 days from
the proposal date and increases after that date can not
exceed one-balf of ODe percent per aonth on anyone i tam
for the life of the contract. If your firm does not have
a standard contract then include a statement signed by an
individual with the appropriate level of responsibility
within your firm, specifically stating that you (the
vendor), if chosen, will honor the terms of this proposal
for a period of one (1) year and all valid warranties
thereafter. If a standard contract is submitted then
this proposal shall be considered a part of it.
wi th your
purchase,
and other
COST
Costs must be provided. Any applicable discounts should
be included. Please be sure to provide the following:
1. Cost of each i tam listed in Appendix A, wi th a
complete description of item proposed.
2. Cost of equipment repair and/or maintenance charges
(if provided).
3 . Cost of support services ( such as set-up,
installation or phone support).
4. Description of delivery method and any freight or
delivery charges on the shipment of computers and
computer components.
5. Quanti ties listed are estimates only and may be
increased or decreased by the City
e
e
IV VENDOR REQUIREMENTS
FINANCIAL STABILITY
The selected vendor shall be financially s~able in order
to complete ~he ~erms of the contrac~ and support
warranty work beyond the life of the contract for
products purchased while the contract was in effect.
Please provide information, includinq the most current
financial statement. This must be provided for your
proposal ~o be valid.
PERMANENT BUSINESS FACILITIES
The selected vendor shall have a permanent business and
warehouse address location within the Houston Metroplex
area that is not a place of residence.
HOURS OF OPERATION
The selected vendor shall have a business location that
open for business at least five (5) days a week between
the hours of 8:00 am and 5:00 pm.
EMPLOYEES
The selected vendor shall have
full-time employees on staff.
availal:tle and qualified for
assistance on the products sold.
at least two regular,
One of these shall be
providinq technical
TELEPHONE
The selected vendor shall have an operatinq telephone a~
a business address and answered by a full time employee
between the hours of 8:00 am and 5:00 pm.
INVENTORY
The selected vendor shall have storaqe facilities and
keep more than one of all the items listed in Appendix A
available, in stock and ready for delivery. This will
provide the City with the ability to exchange defective
parts in a reasonable amount of time.
PARTS REPLACEMENT
The selected vendor, not the manufacturer, shall
guaran~ee and replace any defective part sold to the city
for one year from date of purchase. The part or
equipment shall be replaced upon surrendering the
defec~ive part at the vendors Houston area location.
A
Appendix
Bquipment List
-
Total
Cost Bach
Est. #
supply,
bay,
Drive
CASES
Item and DescriDtion
MINI-AT Case with pre-installed 200W power
3-LEDs, Key and Lock, Front Power switch,
SUB XT Footprint, AT-Height
3 Exposed Half-Height drive bays,
1 Exposed vertical Mount POP-OUT
1 Internal Vertical mount 3-1/2"
Hard Drive Mount Bay
Must hold a full size
3-1/2
;;J..c/o. D "
(gO.' ()
4
size mother board
or XT
Exceptions:
MINI-TOWER Case with pre-installed 200W power supply,
3-LEDs, Key and Lock, Front Power switch,
2 E,xposed 5 1/4" Half-Height drive bays,
2 Exposed 3 1/2" Half-Height drive bays,
Optional Keyboard cODnect in front
Turbo and Reset in front
Must hold XT size mother board
00
t.f.
I
57. ""
2
e'
Exceptions:
TOWER (Floor stand) Case
with pre-installed 220W power supply
3-LEDs, Key and Lock, Front Power switch,
6 Expos,ed 5 1/4" Half-Height drive bays,
Removable sides for easy install
Optional Keyboard connect in front
Turbo and Reset in front
Must holds baby or full size mother board
<;flllO
~ 7. d t1
1
Exceptions:
<
-
e
Total
I;'."'''
tr..;;z.. ,;()
g g. ./-'
~# 8'. coO
I. 7 e;,-t, ""
Appendix A Continued
Equipment List
POWER SUPPLIES
Item and Description Est. # Cost Each
200W Power supply, IBM XT type (Switch Rear/side)
Brand Hodel 4 .39. ",II'
Exception:
200W Auto-switchinq power supply for Mini-AT (Front Switch)
Brand HOdel 2 4/.",tJ
Exception:
.
230W Auto-switchinq power supply for full tower AT
Brand Hodel 2 '-I<-/.. " "
Exception:
KEYBOARDS
KEYTRONICS brand keyboard, Enhanced 101 keys
XT/AT switch, 12 Function Keys across top,
Separate numeric key pad, Tactile click keys
Brand Hodel 6 3 ff. t9C
Exception:
MOTHERBOARDS
486/50KHZ DX (ISA Bus) mother board with 256K write-back cache
4 MB of memory, eiqht expansion slots ( one 23 bit) with
~~U and memory installed. The motherboard, BIOS and CPU
shall be certified Novel Network compatible.
Brand _{)rll Hodel 2 87'1. ,p
Exception:
-
-
Total
c; 5"'" u
"Q;9, (tIJ
c#
{} 5"tJ
74./1. c()
5'9tJ. ClQ
I
Appendix A Continued
Equipment List
Item and DescriDtion Est. # Cost Each
386/33MHZ DX (ISA Bus) mother board with 2 MB of memory
8 expansion slots (one 32 Bit), 64k write-back cache
with CPU and memory installed. The motherboard, BIOS
and CPU shall be certified Novel.Network compatible.
Brand OPr I Hodel 4 gJ.3'1, ."
Exception: -
286 16KHZ with AMI Bios and CPU (Half size board)
1 HB of memory and eight expansion slots.
Brand #e:RoI,It-H J) Hodel 4 II (J. ~"
Exception: -
FIXED DISK DRIVES
40 HB, IDE Interface, 17 ms or better access time,
150,000 HaS with mounting hardware and cables
Brand SE'I4-6-~T~ Hodel 3;;""11I-/x.. 6 1'1S7~()
Exception: -
80HB, IDE Interface, 19 ms or better access time,
150,000 HaS with mounting hardware and cables
Brand SE:ltC~T~ Hodel 3 d)4 t. 00
Exception: -
120 HB, IDE Interface, 15 ms or better access time,
150,.000 BRS with mounting hardware and cables
Brand _&er:,...llr-T~ Hodel ""51 <-I c/ 2 ,;;J-7.rDO
Exception:
-
--
Appendix A Continued
Equipmen't List
tem and Description Est. I Cost Each Total
.
FLOPPY DISK DRIVES
Teac (or equal) 1.2 HB 5.25 with mounting hardware
and cables
Brand - ,,' Model 6 54-. etJ 3;). cf. tH1
I E:"1t-<-
Exception: , - -
, '.
Teac (or equal:) 1.44 HB, 3.5" with mounting hardware
and cables
Brand I~ Model 6 Lit;. fJl) ~ c;4,tJo
Exception: - -
CONTROLLER CARDS
IDE Card, 16 bit, 2 hard drive/2 floppy and cables
Brand Model 6 I :J..~ () 7.;J.. tilt)
Exception: - -
-
IDE Card, 16'bit, 2 hard 4rive/2 floPPY, 2 serial
and 1 parallel port, cable and connectors included " P:.o~
Brand . Model 4 /7.00
Exception: ,"
- -
..:..~
DTC RLL, 16 Bit, 1:1 hard drive and floppy drive
controller with cable
Brand Se-~<:-~"'e Model 'IJ- 7L 2 I,c.J. (> c1 1.;g.qC)
,~xception: - -
~FM, 16 Bit, 111 hard drive and floppy drive
~ controller with cable
Brand _ ~~A-T~ Model 2M 2 1,4 "g I ).~."tJ
Exception:
e
e
Appendix 'A Continued
.'
, Equipment List
Item and-DescriDtion Est. I Cost Each Total
HONITORS
" ,.
1"" Hono VGA Low Radiation Honitor with bas8, , ,
cable and IBH power cord or adapter
Brand Hodel " IOf/.tllJ 45~. .8
Exception: -
1"" 'color VGA '( 102" X 768, - .
.28 DPI) interlaced with ..
base, cable and IBH power cord or adapter :1-71. (11J
Brand Hodel " I} 10K. 011
Exception: -
- - - -
',-
DISPLAY CARDS
. ,
VGA 1024 X 768, 16 bit, with 256K ' ,
Brand Hodel 2 d~t!Jd 67).'4
Exception: ' ,
- - -
.
VGA 102,4 x 768, 16 bit; with 512K '
Brand ., Hodel " 3g.tJo I S"'~. t1~
Exception: ..'
- - -
v.~
VGA.l024 x 768, 16 bit, with 1MB
Brand Hodel 2 6,(J. tJ() I ;)d. (1t>
Exception: -
"
A ,Continued
..
Appendix
Total
Cost Each
Est. #
Equipment List
. .
~Item and "nescrlDtion
CHIPS
"
~
.'
,;z. if I). ., f1
.;J.4a '''J
St/4.--
9'~,"~
1~.1J1(j
10.00
34."0
,3fI.oo
-24
24
16
24
70ns
70ns
256X9 SID
256X9 SIPP
1 Keg X ; SIKH
1 Keg X ; SIPP
-
KODEMS
2400 Baud
Brand _
Exception:
Internal Hodem
78.(I~
'1t!JtJ;"o
:5 ,. "t:J
,,;J.~() . tit}
2
2
HOd.el
32 Hodem
Model
.
Internal V
9600 Baud
Brand _
Exception:
:3<10. IIiJ
/9d. III)
2
internal mount with
Model
TAPE BACKUP
- . .
Colorado DJ10-120MB oriequal,
cables and hardware I
Brand ____ .r
Exception:
e
OPERATING SYSTEM
Proposal
.' ,
("' l"1
"~ ' I
""
"'/oJ
..,2. . t .;~
'1' .
:~,
{~. ,
'h "
l\,'
"\'\
fl.Dd
l" \
.\
~.............'\.~\.
~'
I "
~. .r
,';'\
I ,
~/
3/. tll;
\,
"V
'". ,,'
Cost:
...., ;'
8
Total
MS-DOS 5.0 with original diskettes and Manuals
Iq~
/0\-\:1 .
ex>
.
e
Appendix B
Questionnaire
1.
Vendor name, address, and phone number:
.--JI~L.':"rJlJ '/ ..so~A-e. S,.sTrM
, ,
'--":J.t!/j Ei... LA.""'1oI0 tCEAL
(7/3) ;;..gi.-tJ,c.JC;
'.
2., . ..!Tame .of ,person .we ..can contact:
.- JEJZI+t..'D
J-l ~'JZ.~u
Does this individual have bi~dinq authority to negotiate
contracts?
Yes
,~
No
Zf no, please identify the proper person and provide contact
information.
. 3. Number of years firm has been selling the products listed in
Appendix A.:'
do-
4. .... Number of.. permanent technical staff located at your business
,address familiar with the proposed products:
5. ,Do you charge separately for any of the following:
, fl~
(Yes or No)
. ll-;
Estimated
. Amount)
I ...
, ": ')
Freight 'No'
Insurance during shipment ^,O
;.
Installation at customer site VE~
3S':~~ 'hr.
Assembled PC
No'
"
"
'.
""
.:'
.
6. Detailed customer reference list (comprehensive list of
customers that purchased similar equipment):
Name of Customer
TeleDhone #
Address
Lu.AI~ 11?.1UJe-r~'/Z" Z.'STrnrrF '
,
t;"~TlG f /-kt;,.H-J. ~.
,
~ - -
., t:;.1J#t - J-o~","'~IZI>'A/' . ..J.NC..
.
,
3'(10 2f;r lJ~nI '3l...VD . 98t - ,;1.1' r-
6t II St.f17?LJI Zv. 9dl3-9t:JeH!
"/'S3K 1I,7l. ~AfTE!Z"&"'" 'L/-V3-cljjl/
~t;..4lSlllirR.r eo.
"S'fI Ae.t1M"~t:"
#71/7- '11/0
'''3 -"33
474 -3.;lo I
E..'.$/l-BETH' i1evOJ AmlWl!j ~"q~ &u.~L",p },jesT
l'rj oP ScARRLJtll!. . ~, .....~,."RO.5t'"' 5'3'1
t.JluTUt+ "':"HE"l,v'A/'~ ~~' ..:' 3$15" 7MIU;- ~A-O
Contact
Ie"J J.EVU'
M,~ Ju.s T,t.-/'fI./J
KtPAl JIPH~.s
~ it/~
F::.,UI IJE!TN 1'1sNr::u
tAA1ZI1!;4;. M ,.,m
(~(}9)7t/f/.719S- . ~;es. U"WJ7c./
-
~7 iPF &e1f1Z 1JHtE. .5Ht1~ES ~3 J e.~/Ht..
lUAu, -;;", IlTKlHJ J:;.aUUA/c';' UIl. &'U.TH Le"p W~JT '
. JE'IW~ t'Y'U:JlL.J ~.- ',}~o Ah/l.T#U u;;' 1'lAU.
,
JItMfi3 ,. 1kJ!J1J.1 37{!)! K:i2J1l/ Tk.
33<1-It:)~' I1A2.TUII k/,LL'~J
" 7-4tJ.3() -;;;"'Y II,J!INJ
l,9;;"-3Q7 (;"M&J leWD'"
,
s;;J.fI-()();J.c..I PLt~'/D J".MES
",4. 11./()() lJAlZrHI'}lJIJME'II..J ()UJJ/:.MIO
5/Hf..nft}U}IffE"W 'I AssouIJ..nn
:;.,,,, 5~ur#kop LJ~..,-
.. .
~,~
. \I.r-:
. ":.
.
.
..
.
NOTICE TO OFFERORS
SEALED PROPOSALS ADDRESSED TO THE CITY SECRETARY OF THE CITY OF LA
PORTE, HARRIS COUNTY, TEXAS, AND HARKED AS NOTED BELOW, WILL BE
RECEIVED AT THE CITY BALL, POB 1115, 604 WEST FAIRMONT PARKWAY, LA
PORTE, TEXAS, 77571, UNTIL 2:00 PM, OC,TOBER 12, 1992 FOR THE
FURNISHING OF:
RFP # 0045 -
MICROCOMPUTER SYSTEMS AND COMPONENTS
PROPOSALS SHALL BE OPENED SO AS TO AVOID DISCLOSURE OF CONTENTS.
ALL PROPOSALS THAT HAVE BEEN SUBMITTED SHALL BE OPEN FOR PUBLIC
INSPECTION AFTER CONTRACT AWARD. TRADE SECRETS AND CONFIDENTIAL
INFORMATION CONTAINED IN THE PROPOSALS SHALL NOT BE OPEN FOR PUBLIC
INSPECTION.
EACH PROPOSAL MUST BE SUBMITTED IN DUPLICATE. FORMS FURNISHED BY
THE CITY OF LA PORTE MAY BE OBTAINED WITHOUT DEPOSIT FROM THE CITY
SECRETARY. THE CITY RESERVES THE RIGHT TO REJECT ANY AND/OR ALL
PROPOSALS, TO WAVE ANY AND ALL TECHNICALITIES, AND TO ACCEPT ANY
PROPOSAL OR PART THEREOF, WHICH IN THE OPINION OF THE CITY
COUNCIL, IS MOST ADVANTAGEOUS TO THE CITY.
~~/a
CHERIE BLACK, C~ Y SECRETARY
CITY OF LA PORTE
~~a..~St...,4:.~' ",
/}~:., ('~ .<
~ ~ '- .
i4f '\,
g~~(
:;; :- ..(~'~~ -f-
~ ~:;. ~.
~
-.;