RES 1995-3506 - PO to Sahler Office Interiors for work stations for telephone response squad of OPD OtAAHA,4,4
I OF e$ l F((ti r"
•
Honorable President
R4rED FEW3 CITE .
and Members of the City Council, 0A14 I14 C!.E jr •
City of Omaha I/E p
Hal Daub,Mayor
Omaha Police Department Submitted herewith for your consideration is a resolution authorizing the
505 South 15th Street purchase of six work stations to be utilized by the Telephone Response Squad of
Omaha,Nebraska 68102-2769
(402)444-5600 the Omaha Police Department.
James N.Skinner
Chief of Police Plans and specifications for the necessary work stations were submitted with the
(402)444-5666 request for bids to eight independent vendors and on November 8, 1995 bids
FAX:444-4225 were opened and tabulated. At that time Sahler Office Interiors was the sole
bidder. This bid has been carefully reviewed and is approved and recommended
as the lowest and best bid.
A breakdown of the cost of each individual work station is reflected in the bid
tabulation sheet annexed hereto.
The Contractor has on file a current annual contract compliance report form
(CC-1). The Human Relations Director will monitor the contractor to insure
compliance with the Contract Compliance Ordinance.
Funds will be paid from the 1995 Omaha Police Department CCP Grant Fund
165, Agency 300, Organization 8005, Object Code 4250.
Your favorable consideration of this resolution is respectfully requested.
Respectfully submitted, Approved:
ames N. Skinner orge vis, Jr.
Police Chief Acting uman Relations Director
Approved as to Funding: Referred to the City Council for
Consideration:
Louis A. D'Ercole Mayor's Office/Title
Acting Finance Director
P:\LAW\3082.SKZ
'j� • DRUG USE n' ^
•�roue„ �$
IIJ1ABllSE 44 POLICE warm!
t
•
•
I-- W
- U
Z -
CL
F- W
- U
Z -
. a..
F- Ili— U
Z -
W
_ .. ..C-11-77-7S
O c'd
�
- W
U_
Z C
D Q
I- lij
Z U G .
/7P-7-W-14- -C-- -
CL P ,....._
e"-P----5-7-72-2A4_.----, }- r.1
z — ./ 1 j.
._---d...?..v D C:
• 2
0
o c v o
v o U —ii
J (
Z OOO
n CL LO = � OL mWa) r( c O.)i L X
Q) Q 0 0 ,
4- C a (n o W 0 u• 0 F- v 0 0 6 o in v 23 H" O 0
in a n2c m , m oo m oQ m ,
' O
� -
0
p U C.) C.) `a) p p .'.
iU ~ `_U a
a) ``U a Z Z r
O a) Q. a> O O Q a) O d U p
Q. 0, 0 <n _ U (l U N U Cl CD < Z
Q c 1.
_1 �' �' a_
• O u L 0 L L
•
m ,0 C 0 U • 0 0
L
Oo m t m CO CO CO CO COit Q n D (ll Cll Cll 1 o z o a U' (V <- CV
.
•
r
W
— U
Z —
a
W
— U
Z —
a
F-- W
L. 0
Z —
a -
W .
• - Z
• a
W �- ,
~ U a •o�yi q
Z --,
.. .
—L W U
Z
CI_
E- W
— U
Z -
a
1
d D
c 0
Z
L W
U o . .
a 0 '
W Q
C d Z
co '� U o
co ' O
F- c
co
j ' _ v a 1 z Z N
r o O p co
_° 0
•
N
(-NJ
U) W 0
cc
O 'tA m L LL Oa Q U o
0 O
U z Q z `.; b
C O F- U O ,
EL F- u) rn < Z
_c
QY �' c •- \f/
m '� (i) .
Q 1 I
o z o a C�
4 _ CITY OF OMAHA R.F.
' REQUEST FOR BID AND BID SHEET
ON WORK STATIONS (POLICE)
FROM: G.L.Tomberlin Published October 20, 1995
City Purchasing Agent
1003 Omaha-Douglas Civic Center NOT AN ORDER Page 1 of 2
1819 Farnam Street
Omaha,Nebraska 68183-0011
BID BOND OR CERTIFIED CHECK REQUIRED IN THE
AMOUNT OF 5% IF THE TOTAL AMOUNT
FOR THE ITEMS OFFERED IS$20,000 OR MORE
Bid Closing Date November 08, 1995
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 Farnam 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,
WORK STATIONS(POLICE) 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 items(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
2 each Center Core Quarter(Quad)Station;60"high panels; one
pedestal; boxed upper storage 30"with door and lock; Quick
Connect II; reception worksurface 54"; pencil drawer;adjustable
keyboard arm; Sunlight II adjustable task light. Delivery and
setup included. BID/each $ $
1 each Center Core Three Station Cluster(Half Pod); 60"high panels;
center upper shelf, high back;Airflow 2000; Quick Connect II;
pencil drawer; adjustable keyboard arm; Sunlight II adjustable •
task light. Delivery and setup included. BID $
1 each Center Core Quarter(Quad) 60"high panels; one
Station; 9
pedestal; continuous upper cabinet quad;Airflow 2000, Quick
Connect II; pencil drawer; adjustable keyboard arm; Sunlight II
adjustable task light. Delivery and setup included.
BID $
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 °,6 Firm Incorporated in
Delivery(or completion) Name Signature
calendar days following award Title Phone Fax
Address
HP-8B (94) Street/P.O.Box City State Zip
CITY OF OMAHA
REQUEST FOR BIDS
ON WORK STATIONS (POLICE)
NOT AN ORDER Page 2 of 2 ..
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
2 each Center Core Six Station Cluster(Full Pod);60"high panels; upper
center shelf;Airflow 2000; Quick Connect II; pencil drawer; adjust-
able keyboard arm; Sunlight II adjustable task light. Delivery and
setup included. BID/each $ $
TOTAL BID $
BRAND & MODEL OFFERED
To be as specified or equal.
Questions (if any) contact Alan Pepin at 444-5671.
Advise earliest delivery.
NOTE: REQUIREMENT FOR BID BOND.
SIGN ALL COPIES Firm
By
•
Title
PH-8C (91) 44
CONTINUATION SHEET ';.�
+ OC 01.1 A H A. �•F°#t
•
• t
• a 2
�ra>i°F.BP�w October 27, 1995
City of Omaha
Hal Daub,Mayor
Finance Department
Purchasing Division
Omaha/Douglas Civic Center
1819 Farnam Street,Suite 1003 NOTICE TO BIDDERS:
Omaha,Nebraska 68183-1003
(402)444-5400
Tcicfax(402)444-5423
G.L Tombcrlin REQUEST FOR BID
Purchasing Agent ON
WORK STATIONS (POLICE)
Closing Date: November 8, 1995
ADDENDUM NO. 1: More detailed specifications
Enclosed are dimensional drawings, sketches and narrative
information.
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY
SIGNING BELOW AND RETURNING THIS ADDENDUM
WITH YOUR BID.
G. L. Tomberlin
City Purchasing Agent
GLT:vv
Enc.
•
Name of Firm
Signed By
Title
91
)i
?c, ( I
f0
.:
....
G D .
Management of Called
/ \ For Services Unit
• r A Lieutenant
\110 4/. : 11---- 1
90 Information
gyp' Squad
• D Telephone • III
Reporting .. ......
/ IL
Squad Management of Called
41 For Services Unit
ITSergeants
♦/
J / (---. t l ....\J
l<' .,1:d))
0
CenterCore Workstations
Page no. 1
Workstations shall be arranged about a central core in configurations of 1, 2, or 4 (Quad); 3, or 5
(Penta); and 3 or 6 (Hex). The center power core shall provide space for electrical connections,
communications and data cabling.
Cores for three and six station groups shall have an AirFlow filtration and circulation system
with two stages of breathing zone filtration; charcoal and high efficiency particulate arresting
(HEPA) which provide continuous flow of filtered air to each workstation. The system shall
draw unfiltered air into the core plenum through a louvered vent in each workstation and exhaust
the filtered product over the seated employee's head so as to be breathing zone effective.
All worksurfaces shall be 1 1/4 inch thick with bull-nosed edges heat formed by molding a
continuous sheet of high pressure laminate over the entire top and front edge of the worksurface
substrate. Worksurface substrate shall be solid medium density fiberboard formed so that
bull-nose edges are fully supported. Floor support shall be provided for all worksurfaces,
cantilever supports shall not be supplied. Center worksurfaces in three and six station groups
shall be 1,251 square inches, wing worksurfaces will be 432 square inches each. Total primary
workspace will be 2,11 S square inches. Center worksurfaces in one,two and four station groups
will be 1,366 square inches, wing worksurfaces will be 720 square inches each. Total primary
workspace will be 2,806 square inches. Center worksurfaces in the five station groups shall be
1,420 square inches, wing worksurfaces will be 630 square inches each. Total primary
workspace will be 2, 680 square inches.
Each workstation shall be supplied with a Quick Connect Unit(QCU) to provide electrical, data,
and voice connections. Each QCU may be installed above or below the center worksurface
(determined at the time of installation). If QCU is installed above the worksurface, a wire
management trough along the rear edge of the center worksurface handles excess wires. The
QCU will be constructed of black painted steel and will be supplied with two isolated grounded
orange receptacles, four standard receptacles, two blank plates to be replaced by data and voice
modules (if needed), and two hardwire connectors. The QCU will accommodate two 110 volt
circuits (one dedicated) and is designed to be hardwired with flexible conduit and junction box
by customer's licensed electrician.
Panels dividing workstations shall be tackable and have an NRC rating of.80. Each panel shall
have a laminate covered top cap. Panels shall be 2-1/4" thick and have individual leveling glides.
Panels shall be available with or without raceways for electrical wiring and communications.
CenterCore Workstations
Page no. 2
A full range of storage options shall be available including open and locking closed upper
storage. Continuous upper storage shall be available for Quad and Penta workstations. Lower
storage shall be available as box/box/file, file/file,pencil/box/file, writing shelf and forms
module for all workstations and as lateral file, ADP drawer and shelf, ADP paperfeed top,
keyboard plus EDP drawer,personal pedestals with separately locked personal storage drawer
and printer pedestals for Quad and Penta. Additional lower storage shall include for Penta and
Quad stations, mobile box/box/file, file/file and forms module. All pedestals shall be
floor-supported to provide additional structural integrity to attached worksurfaces and wall
panels. Pedestals will have leveling devices to facilitate installation on uneven flooring. All
drawers shall have full extension capability and operate on steel ball bearing suspensions which
have positive mechanical stops to prevent dislocation. All drawers shall be lockable with locks
designed to be front changeable in the field and compatible with locks provided on upper storage
cabinets to facilitate a single key system for all station components.
1 A
QjAAHA, 8f7
_rox
*.`
OR41.ep FEBRVr November 1, 1995
City of Omaha
Hal Daub,Mayor
•
Finance Department
Purchasing Division NOTICE TO BIDDERS:
Omaha/Douglas Civic Center
1819 Farnam Street,Suite 1003
Omaha,Nebraska 68183-1003
(402)444-5400 REQUEST FOR BID
Telefax(402)444-5423 ON
G.L.Tomberlin WORK STATIONS (POLICE)
Purchasing Agent
Closing Date: November 8, 1995
ADDENDUM NO. 2:
Additional drawings with dimensions (4 pages) are attached.
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY
SIGNING BELOW AND RETURNING THIS ADDENDUM
WITH YO ID.
G. . Tomberlin
City Purchasing Agent
GLT:vv
Enc.
Name of Firm
Signed By
Title
L)
•
The panels are 60" high except for the two Quarter Quad Stations which have 42" pan-
els under the reception worksurfaces. The following pages have detailed component
dimensions. •
•
•
•
CIO
Cluster Workstation Dimensions
Standard Pods
14 3975 cm 0.1
114 156 1/2"0,411 ~1
ism
•
rn3
1+ 397.5 cm 0•-1
156 1/2" s-
• \ /
(DI* T
61)
i Cluster Workstation Dlmenslona
Standard Quads
}o-- 191.45 cm —0-1 } 40 377.2 cm 0.1
75 3/8" (' 148 1/2" .1
f r
1 ,
oa 0 0
I?, 0 _
i .i. ,
FA 3772 cm ►i
4 148 1/2"
v ►
<>
/ c
c,
‘ , .
0
3
If
-
r
Cluster Workstation Dimensions
QUAD PENTA POD
.
CENTER A 29.70" 21.00" 21.00"
•
(754mm) (533mm) (533mm)
WORKSURFACE B 21.53" 30,53" 30.53"
(547mm) ('TIbmm) (775mm)
I C 32.19" 37.04" 35.44"
t (818mm) (941mm) (900mm)
P 2621" 22.91" 20.35"
(666mm) (582mm) (517mm)
H 60.15" 56.89" 51.53"
• (1528mm) (1445mm) (1309mm)
AREA 1366 sq. In. 1420 sq. In. 1251 5c1. In.
(10.37 sq. meters) (10.78 sq. meters) (950 5ci, meters)
WING E 30.00" 30.00" 24.00"
(762mm) (762mm) (610mm)
WORKSURFACE F 24.00" 21.00" 18.00"
(610mm) (533mm) (457mm)
•
AREA 720 sq. In. 630 sq. In. 432 sq. In.
(5.47 sct. meters) (4.78 6c1. meters) (3.28 sq, meters)
. I\I-4— E3 I'd-4 E -7.-1
\,,zitillij. 1
. .
i
D
H
CT25A
CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha, Nebr 19
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, the Police Department of the City of Omaha is in need of Telephone
Response Squad work stations as defined in the specifications annexed to the request for bids; and,
WHEREAS,requests for bids were submitted to eight vendors; and,
WHEREAS,bids were received, opened and tabulated on November 8, 1995; and,
WHEREAS, Sahler Business Forms Company, a Nebraska corporation d/b/a Sahler
Office Interiors, submitted the sole bid which is to furnish the six work stations; and,
WHEREAS, the bid has been reviewed and is recommended as the lowest and best
bid for the work stations; and,
•
WHEREAS, the supplier is in compliance with the City of Omaha Contract
Compliance Ordinance; and,
WHEREAS, it is in the best interest of the City of Omaha and the residents thereof
to accept the lowest and best bid of Sahler Business Forms Company,a Nebraska corporation d/b/a
Sahler Office Interiors in the aggregate amount of$39,623.14 to provide the necessary work stations.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT,this Council approves the bid of Sahler Business Forms Company, a Nebraska
corporation d/b/a Sahler Office Interiors, in the amount of$39,623.14 as the lowest and best bid for
purchase of six(6)work stations for the Telephone Response Squad of the Omaha Police Department
and directs the purchasing agent to issue a purchase order therefor; said funds to be paid from the
Omaha Police Department CCP Grant Fund 165,Agency 300, Organization 8005, Object Code 4250.
P:\LAW\3083.SKZ APPROVED AS TO FORM:
i -, ..-- A.„,,..3,q)._Qc2d,...„
DEPUTY CITY ATTORNEY
By.... . / .. � 1
Councilmember
Adopted.... EC 19 995 /__
City Cle
47
Approved q� #
Mayor
�d w d l w ►t1 sw n v) Pc/
: :..,
_ Cp (p O ,t I
pi.., .0
.; Cam.? N �• (� L3 A� O : . i
O� n W
crl—%' Q.4 a- ' G. O b G1 .fir‘\ , O W V] O
P
v)
C O O O _ CD.c , „,
Q C� NA Q a+w a
eT :ci, CD O p N.
ii" ( •
Vv
. • ,k ,..--.r
\ .....
...
. ,
\.
. \
\,
_ ... . ..,
1
, .
. .
. _ _ _.
; _....„ •
, ,t,
_.,‘ , , ,,.. .
• \•,. _ v.,,, ,.
.,
. . ,,
, .,. .
t r 1 :\, ► 1
. tel.:r*.`i� • •_ .f d
t