Loading...
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- ~ ~:;. ~. ~ -.;