Loading...
HomeMy WebLinkAbout6. Village Manager's Report 08/18/2015Mount Prospect Public Works Department LL $/ INTEROFFICE MEMORANDUM TO: ACTING VILLAGE MANAGER DAVID STRAHL FROM: VILLAGE ENGINEER DATE: AUGUST 12, 2015 SUBJECT: BID RESULTS FOR THE KENSINGTON BUSINESS CENTER JOGGING PATH AND LIGHTING IMPROVEMENTS (CONTRACT AWARD NOT TO EXCEED $351,172) Background As part of the Kensington Business Center development in the 1980's, the annexation agreement requires the Village to maintain certain amenities within the Business Park, including the jogging path and the jogging path lighting system. The jogging path pavement is deteriorating and in need of repair. The lighting system is experiencing numerous wiring failures and because of the age of the system, needed lamp and fixture replacement is becoming more difficult. The jogging path spans across the business park from east to west and has fingers to the north and south to provide connectivity to the entire business park. The existing lighting system is not continuous but provides lighting at critical locations along the path. To facilitate the design and construction of the improvements, the path improvements have been split into 3 phases: Phase 1 — west of Feehanville Drive, Phase 2 — between Feehanville Drive and Business Center Drive, and Phase 3 — east of Business Center Drive. It was determined that Phases 1 & 3 would be constructed in 2015 and Phase 2 in 2016. Bid Results Plans and bid documents for this project were prepared by Gewalt Hamilton Associates, consulting engineers of Vernon Hills, Illinois and a public notice was placed in the newspaper. Six (6) contractors picked up bid documents and five (5) attended a mandatory pre-bid meeting on July 29, 2015. Bids were opened and read aloud on August 10, 2015. One (1) bid was received. The bidder submitted a bid bond in the amount of 10% of the total bid as required in the bid proposal packet. The bid was checked for accuracy. One minor error was found in the amount of $24. The bidder correctly signed the bid and bid bond. Below is a summary: Bidders Total Bid Martam Construction, Inc. $ 319,248.00 Engineers Estimate $ 319,150.13 Mount Prospect Public Works Department LL $/ INTEROFFICE MEMORANDUM TO: ACTING VILLAGE MANAGER DAVID STRAHL FROM: VILLAGE ENGINEER DATE: AUGUST 12, 2015 SUBJECT: BID RESULTS FOR THE KENSINGTON BUSINESS CENTER JOGGING PATH AND LIGHTING IMPROVEMENTS (CONTRACT AWARD NOT TO EXCEED $351,172) Background As part of the Kensington Business Center development in the 1980's, the annexation agreement requires the Village to maintain certain amenities within the Business Park, including the jogging path and the jogging path lighting system. The jogging path pavement is deteriorating and in need of repair. The lighting system is experiencing numerous wiring failures and because of the age of the system, needed lamp and fixture replacement is becoming more difficult. The jogging path spans across the business park from east to west and has fingers to the north and south to provide connectivity to the entire business park. The existing lighting system is not continuous but provides lighting at critical locations along the path. To facilitate the design and construction of the improvements, the path improvements have been split into 3 phases: Phase 1 — west of Feehanville Drive, Phase 2 — between Feehanville Drive and Business Center Drive, and Phase 3 — east of Business Center Drive. It was determined that Phases 1 & 3 would be constructed in 2015 and Phase 2 in 2016. Bid Results Plans and bid documents for this project were prepared by Gewalt Hamilton Associates, consulting engineers of Vernon Hills, Illinois and a public notice was placed in the newspaper. Six (6) contractors picked up bid documents and five (5) attended a mandatory pre-bid meeting on July 29, 2015. Bids were opened and read aloud on August 10, 2015. One (1) bid was received. The bidder submitted a bid bond in the amount of 10% of the total bid as required in the bid proposal packet. The bid was checked for accuracy. One minor error was found in the amount of $24. The bidder correctly signed the bid and bid bond. Below is a summary: Bidders Total Bid Martam Construction, Inc. $ 319,248.00 Engineers Estimate $ 319,150.13 Page 2 of 2 Kensington Business Center Jogging Path and Lighting Improvements ($351,172) August 12, 2015 Discussion Contractors that did not bid on the project indicated that they were too busy to complete a project of this scope at this time. The low bidder, Martam Construction, Inc., meets the requirements of the contract documents. Martam Construction, Inc. has completed many projects for the Village in previous years, including roadway paving, sidewalk construction and streetlight installation. All work has been completed to the Village's satisfaction. Staff recommends including a 10% contingency in the project award to allow for quantity variances and unanticipated conditions. In this instance, a 10% contingency added to the lowest cost bid would result in a total contract award of $351,172 (Base Bid: $319,248 + Contingency: $31.924 = Total Recommended Award: $351,172). Recommendation I recommend the low bidder, Martam Construction, Inc. of Elgin, IL, be awarded the contract for the Kensington Business Center Jogging Path and Lighting Improvements in the amount not to exceed $351,172. Please include this item on the August 181h Village Board Meeting Agenda. I concur with the above recdmmendation. Director df"Public Works Sean P. Dorsey cc: Village Clerk Lisa Angell H:\Engineering\Lighting\KBC\Lighting and Jogging Path Improvements\ Bid & Award Mm.docx Village of Mount Prospect Mount Prospect, Illinois INTEROFFICE MEMORANDUM TO: DAVID STRAHL, ACTING VILLAGE MANAGER FROM: ALEXANDER BERTOLUCCI, ADMINISTRATIVE ANALYST DATE: AUGUST 14, 2015 SUBJECT: VIDEO SURVEILLANCE AND ACCESS CONTROL SYSTEMS REQUEST FOR PROPOSAL Background The Village Hall video surveillance system (Exacq) was installed in 2010. Currently, the system consists of 10 IP cameras throughout the Village Hall and Parking Deck. The installation included pre-wiring an additional 11 locations. Originally, these pre-wired locations were to be completed with cameras in 2010; however, the project was adjusted due to budget constraints and cameras were not installed. The video management system (VMS) server is on the computer replacement program and is scheduled to be replaced this year. An access control system provides for the control and restriction of access to a building. The current door access system (Keri Systems) is original to the Village Hall. This 11 year old software is no longer supported and operates on an outdated operating system. If a failure was to occur, it is likely the system would not be able to be reinstalled. In order to meet the scheduling needs of the Village Hall at the time of installation, three copies of the Keri Systems software each with its own independent database had to be setup; employee keycard database, public meeting keycard database and community center keycard database. Also, the current system’s keycards are not compatible with the access control hardware installed at Public Works and the Public Safety Building. The 2015 budget allocated $14,130 for the Village Hall video surveillance system project and $13,730 in 2016. The 2015 budget also included $50,000 to replace the door access control system. Additionally, there is $10,000 in the computer replacement fund to replace the VMS server in 2015. Staff decided to bundle the video surveillance and door access control systems into a single project due to the relative small size of each project. This totals to $87,860 available in the Capital Improvement Fund. Request for Proposals The scope of work includes replacing the VMS since its operating system is no longer supported and adding cameras to the Village Hall surveillance network. The project adds cameras at the 11 pre-wired locations and at 7 additional locations in the Village Hall and Video Surveillance and Access Control RFP August 14, 2015 Page 2 Parking Deck. The new parking deck cameras will be located in areas that have occasional incidents of graffiti and loitering. Additionally, a camera will be added to the Parking Deck elevator to capture activity that many require repair due to vandalism. New Village Hall cameras will be located at Finance and Community Development service counters and second and third floor lobbies. The access control portion of the project was designed to replace the access control software, keycard readers and keycards with a system compatible with access control systems at Public Works and the Public Safety Building thereby using a single card for access at all sites, if authorized. The scope of work also included adding 5 new doors to the access control system. Proposal Process The request for proposal was developed and reviewed with the assistance of Anixter, a global supplier of communications and security products, with headquarters in Glenview, Illinois. The process started with staff visiting Anixter for a presentation on available video surveillance and access control products and software. Anixter provided staff access to technical expertise to design video surveillance and door access systems that met Village requirements and to make informed product decisions. The resulting specifications were included in the request for proposal. The following points are additional highlights of the proposal process: The proposal was sent to over 35 vendors/integrators. 19 integrators attended the mandatory pre-proposal meeting. This meeting provided integrators with a walk though of Village Hall and the Parking Deck to become familiar with the site and proposed camera and access control locations. 6 integrators submitted proposals. 4 different VMS and 5 different access control software solutions were o proposed. All 6 integrators provided demonstrations of their video management and o access control software solutions. Discussion The weighted features of the proposed systems that staff evaluated are reviewed below. Video Surveillance VMS Server: The current video surveillance system of 10 cameras is operating on server with 6TB of storage. The proposal required that storage supports 30 days of video for 30 cameras. Staff estimated the storage allotment to be at least 12TB. Cameras: Wide Dynamic Range (WDR) or equivalent is a required feature. This feature allows images to be clearly recorded when there is significant contrast between light and dark areas. For example, the Parking Deck’s east facing cameras are flooded with light during the morning hours. Video Surveillance and Access Control RFP August 14, 2015 Page 3 Network Viewing: Camera feeds must be viewable across the Village’s network on a secure, Village administered system, accessible through an Internet browser to allow video to be viewed remotely. Access Control Scheduling: This feature was evaluated during the proposal review process as staff is looking for greater flexibility with scheduling beyond 7 days into the future. Identification Badging: An ID badging feature is a requirement for the new access control software, since the current ID badging software is a component of the existing access control system that will be replaced. Reporting: The current system’s reporting features are limited to 19 canned reports that do not meet Village needs as they are not customizable. Lockdown Feature: In light of trends of active shooter incidents, the ability to lockdown a facility from different points in the building is required safety precaution. Active Directory Integration: Active Directory is a central database containing various network objects such as user accounts, computers, printers, and etc. associated with the network. The integration of Active Directory provides enhanced security and efficiency with maintaining keycards. Using active directory to assign keycard system user rights. o Pulling in active directory information to populate keycard user information. o Expandability: Provides the flexibility to expand the system to other physical locations in the future. All six integrators listed work experience with municipalities installing similar video surveillance, access control, or related security technology systems. Additionally, reference checks were conducted for all six integrators. References reported satisfactory performance and recommended utilizing the integrators services for future projects. Table 1: Evaluation Summary of Video Surveillance & Access Control Proposals compares Red Hawk Security hardware, features, and prices of the 6 proposals. submitted the lowest responsible proposal that met all of the video surveillance and access control requirements. Lower cost proposals are not recommended because proposed video storage was below the suggested 12TB, or access control solutions did not provide scheduling beyond 7 days, or had similar limitations to the current system. Video Surveillance and Access Control RFP August 14, 2015 Page 4 Table1:EvaluationSummaryofVideoSurveillance&AccessControlProposalsAugust2015 VideoSurveillanceAccessControl Total Active Proposal VMSSchedule VideoNetworkLockdownDirectoryExpandability (w/Extend IntegratorServerCameraSpecsbeyond7IDBadgingReporting StorageViewingFeatureIntegration(Optional) Warranty Modeldays (Optional) ЋatͲ‘5wͲ Imperial bƚƷ bƚƷ DĻƚǝźƭźƚƓЋЍ.ЌЉCt{θЊЉБЉƦbƚ\[źƒźƷĻķυЎЎͲЍЎЉ͵ЉЉ 5ĻƒƚƓƭƷƩğƷĻķ Surveillance 5ĻƒƚƓƭƷƩğƷĻķ ЊВЋЉǣЊЉБЉ Њ͵ЌatͲ Sonitrol wĻƨǒźƩĻƭ ЌЉCt{θАЋЉƦͲ bǒǒƚБ.\[źƒźƷĻķ\[źƒźƷĻķυЎАͲЊЏЎ͵АБ Security tǒƩĭŷğƭĻ ЊЋБЉǣВЏЉ ЊatͲ Applied\[źƒźƷĻķƷƚ IƚƓĻǤǞĻƌƌЋ.ЌЉCt{θАЋЉƦͲbƚυЎАͲААЋ͵АЉ Comm.Group ЌЋķƚƚƩƭ ЊЋБЉ–АЋЉ Њ͵ЌatͲ‘5wͲ Pentegra 9ǣğĭƨЊЋ.ЏЉCt{θАЋЉƦͲ\[źƒźƷĻķυББͲБАА͵ЋЋ Systems ЊЋБЉǣЊЉЋЍ Њ͵ЌatͲ‘5wͲ LaMarCo 9ǣğĭƨЊЋ.ЏЉCt{θАЋЉƦͲυЊЊЊͲВБА͵ЉЉ Systems ЊЋБЉǣЊЉЋЍ Њ͵ЌatͲ‘5wͲ RedHawk 9ǣğĭƨЊЋ.ЏЉCt{θАЋЉƦͲυБЏͲЋЍБ͵ЉЉ Security ЊЋБЉǣЊЉЋЍ Recommendation Staff recommends that the Village Board accept the proposal for the Video Surveillance and Door Access Project from Red Hawk Security Systems, LLC of Burr Ridge, IL in an amount not to exceed $86,248 and funds are available in the Capital Improvement Plan. Alexander Bertolucci Administrative Analyst c: Joan Middleton, IT Director Chris Onjack, Information System Analyst Robert Rundell, Information System Analyst J:\\Projects\\Video Surveillance-Building Access - VH\\2015\\VB Packet\\Village_AccessControl_VideoSurveillance_Memo.docx Mount Prospect Fire Department Interoffice Memo TO: ACTING VILLAGE MANAGER DAVID STRAHL FROM: FIRE CHIEF DATE: AUGUST 10, 2015 SUBJECT: PURCHASE OF BREATHING APPARATUS CYLINDERS The Fire Department is requesting a waiver of bid for the purchase of 92 self-contained breathing apparatus (SCBA) air cylinders. Air One Equipment of South Elgin, Illinois, is the only authorized Mine Safety Appliances Company (MSA) dealer in Northern Illinois (Attachment 1). The funds for the purchase of all the SCBA cylinders are in the 2015 CIP budget in the amount of $70,000. The Fire Department applied for an Assistance to Firefighters Grant (AFG) for the replacement of all of our existing air cylinders, SCBA harnesses, and face pieces with integrated voice communication boxes. Unfortunately, we were unsuccessful in obtaining the AFG Grant this year. Our existing bottles are at the end of their life cycle and will need to be replaced per Department of Transportation rules and regulations. We will continue to apply for grants for replacement of the SCBA harnesses and face pieces as grants become available. SCBA Units The SCBA's are vital for providing clean breathing air when entering toxic atmospheres. The department currently owns 40 complete SCBA units with cylinders and 52 spare cylinders. These units include structural firefighting SCBA, Hazardous Materials Team SCBA's, and Rapid Intervention Team packs. SCBA Air Cylinders Compressed air cylinders provide SCBA users with a supply of fresh air while performing duties that include structural firefighting and other job functions in contaminated atmospheres. Today's technology has created lighter bottles made of woven carbon fibers which reduce the weight of the cylinder. MSA cylinders also provide glow -in -the -dark illumination and Fire Department labeling for identification in reduced visibility situations. Our existing SCBA air cylinders, which we purchased in 2000, have a 15 -year maximum life expectancy and are due for replacement this year. Why MSA? There are at least four manufacturers that provide SCBA units. We have used MSA SCBA units for over 35 years with exceptional service and reliability. The cylinders we are purchasing are the only cylinders that will integrate with our existing SCBA harnesses. Purchasing from MSA will provide our continued standardization of SCBA units. H:\Administration\Clothing & Equipment\Equipment\SCBA\SCBA cylinder 2015 Waiver -Village Manager .doc Purchase of Breathing Apparatus Cylinders August 6, 2015 Page 2 Recommendation The proposed plan will provide new cylinders to all existing MSA SCBA's, spare cylinders for each SCBA, and 1 hour cylinders for the Hazardous Materials Response Team and Rapid Intervention Team. It is my recommendation to stay with MSA self-contained breathing apparatus and award the contract to Air One Equipment in an amount not to exceed $69,540 (Attachment 2). Additionally, Air One Equipment has provided the Fire Department with years of excellent and efficient service. Budget Authorization There is $70,000 budgeted in account 020.70.90.00.1.709.665.004 (page 312 of the budget book) for this purchase. JM/bl Attachments May 13, 2015 To Whom It May Concern.- This oncern: This letter is to advise you that the only authorized MSA Fire Service Distributor in the Chicago Metropolitan area is: Air One Equipment Inc. 360 Production Drive South Elgin, IL 60177 The area that Air One Equipment, Inc. solely covers includes the following counties in Illinois: Boone Iroquois Lee Bureau Kane McHenry Cook Kankakee Ogle DeKalb Kendall Putnam DuPage LaSalle Will Grundy Lake Winnebago As an authorized MSA First Responder Elite level distributor, Air One Equipment maintains a significant inventory of MSA products, including repair parts for MSA SCBA and Gas Detection equipment. Should you have any questions, please feel free to contact me. Sincerely, .m '. Scott McGuire North American Sales Channels Specialist Phone: 724-742-8028 The Safety Company MSA Corppoirate Center 1000 Cranberry Woods Drive Cranberry Township, PA 16066 800.MSA.2222 www.MSAnet.com Air One Equipment, Inc. . 360 Production Drive, South Elgin IL 60177 Telephone: (847) 289-9000 Fax: (847) 289-9001 AIR ONE website: www.aoe.net EQUIPMENT, INC. TO: MOUNT PROSPECT FIRE DEPT ATTN: RON REDLIN l =pi r V "o, , Date: 8/10/15 REF: CYLINDERS We are pleased to submit the Following quotation in accordance with your request and subject to the Terms and Conditions listed below. Part Number Description Each Extended 78 14 10156423 -SP 10156426 -SP 30 MINUTE 4500 PSI SUPER LIGHT CYLINDER 60 MINUTE 4500 PSI SUPER LIGHT CYLINDER CYLINDERS TO INCLUDE MOUNT PROSPECT CUSTOM LOGO $ 695.00 $ 1,095.00 $ 54,210.00 $ 15,330.00 LEAD TIME ON CUSTOM LOGO CYLINDERS IS 12-16 WEEKS AFTER RECEIPT OF ORDER. i FREIGHT OR DELIVERY CHARGES MAY APPLY Estimated Delivery: On Request Total of All Equipment: 69,540.00 BY: MARTIN SVIHRA Air One Equipment, Inc. Village of Mount Prospect Mount Prospect, Illinois INTEROFFICE MEMORANDUM TO: ACTING VILLAGE MANAGER DAVE STRAHL FROM: IT DIRECTOR DATE: AUGUST 13, 2015 SUBJECT: REQUEST TO PURCHASE RUGGEDIZED LAPTOP FOR POLICE Police is requesting approval to purchase nine (9) Fujitsu Q704 Tablets for new squad vehicles to replace six-year-old Panasonic CF -30 Toughbooks. Police staff has thoroughly tested the Q704 Tablet in their production environment and have verified that it sufficiently meets their needs. The Q704 Tablets are significantly less expensive than new Panasonic Toughbooks. Brite Computers offers the complete package (including mounting equipment) for the lowest price. Count I Specifications Cost Fujitsu Q704 Tablet: Intel Core i7-46000, 2.1 GHz, 8 GB RAM, Touch Screen, 4G, WiFi, 256 GB SSD Hard Drive, Dock, MS Windows 7, 5 -yr. Accidental Damage $37,262.42 Insurance. $4,140.38 each I agree with the Police Department's proposal and recommend that the Village purchase nine Fujitsu Q704 Tablets from Brite Computers for an amount not to exceed $37,262.42. Funds are available for this purchase. an Middleton IT Director Attachments c: Deputy Chief Griffin Mike Blesic I:\VB Request Memos\2015 PD Toughbook Request.docx MOUNT PROSPECT POLICE DEPARTMENT FORMAL MEMORANDUM f ADM 15-120 CONTROL NUMBER TO: JOAN MIDDLETON, IT DIRECTOR FROM: DEPUTY CHIEF T. GRIFFIN SUBJECT: REQUEST TO PURCHASE COMPUTER EQUIPMENT DATE: AUGUST 12, 2015 Attached you will find a memorandum submitted by Michael Blesic, Police Network Administrator, requesting the purchase of nine (9) Fujitsu Q704 tablets and associated mounting hardware for use in our patrol vehicles. As indicated in the memorandum, the computer equipment will be used to replace aging equipment in nine (9) squad cars currently scheduled for replacement with new vehicles that have previously been approved by the Village Board and ordered by Public Works. The new vehicles are scheduled to arrive this fall. In 2014, the Department was due for ten (10) in -car computer replacements per the Village computer replacement schedule. The Department conducted research at that time on alternative computing solutions and determined that the Fujitsu Q704 tablet was a viable alternative to the Panasonic Toughbook due to its lower cost and the space -saving features it provides inside a squad car. The Department purchased one (1) tablet at that time from Brite Computers with the associated mounting hardware provided by Lund Industries of Northbrook, Illinois. The Department deferred the remaining nine (9) computers until a test and evaluation of the Fujitsu tablet could be conducted. The test and evaluation period was conducted in 2015 and concluded with positive officer feedback. It has been determined that the Fujitsu Q704 tablet presents an excellent alternative to the more expensive Panasonic Toughbook laptop computer and meets the Department's demands for durability and reliability. The purchase of these nine (9) units and related equipment is consistent with in -car computer equipment purchases made in previous years. Based on the recommendation of Mr. Blesic, it is my recommendation the Department purchase the equipment as itemized on the attached quote from Brite Computers. The price quote of $37,263.42 covers all of the equipment necessary to place the tablets into production including the custom mounting hardware provided by Lund Industries. Lund Industries is currently the company the Department uses to outfit our squad cars and they are the manufacturer of the Fujitsu mobile computer mounting platforms. As indicated in the attached letter from Lund Industries, Brite Computers is the sole source for these units. Page 1 of 2 With COURAGE we protect, with COMPASSION we serve. Village o ' Mount Prospect " Mount Prospect, Illinoisa INTEROFFICE MEMORANDUM" TO: DC GRIFFIN 09u DATE SUBJECT: MIKE BLESIC AUGUST 12, 2015 COMPUTER PURCHASE REQUEST NINE (9) FUJITSU Q704 TABLETS In 2015, the Police Department is scheduled to purchase nine (9) new squad vehicles, (6 Dodge Chargers and 3 Ford Explorers). In 2014, ten (10) Panasonic CF -31 Toughbook Laptops were slated to be replaced which was in line with the Village computer replacement schedule. Currently these units have been in use beyond the recommended 5 year replacement schedule. In light of this, it was in the Police Department's interest to implement technology that would offer new functionality, scalability, as well as cost saving benefits to the Department and the Village. In research of other tablets in the market, it was determined that the Fujitsu Q704 tablet was the most viable candidate. During the same year, the Police Department purchased one (1) ruggedized Fujitsu Q704 tablet and docking station to test and evaluate as a possible replacement of the existing Panasonic CF -31 Toughbook Laptop. The Fujitsu Q704 tablet, along with its docking station provided by Lund Industries, was installed into squad car P38 (Dodge Charger). Over the course of 6 months, the Fujitsu Q704 tablet was tested and implemented successfully into a live production environment. The system was placed under the same level of constraints as our current squad car make up, with emphasis on putting it through the rigors of use to ensure that it was capable of meeting the Police Department's demands. In our findings from an end-user perspective, the results and reviews from various officers that tested and used the system on a regular basis have been very positive and well received. In costing analysis provided during our research phase, implementing this type of tablet technology is approximately 20% less in overall price to implement into a squad than the Panasonic CF -31 Toughbook Laptop. For your reference I have provided you with the comparison: Page - 1 - \\Pdi\pol iusr$\TGriffin\USRDAT\Fujitsu Q704 Tablet Memo Final. docx With COURAGE we protect, with COMPASSION we serve. The Fujitsu Q704 tablet offers the same level of functionality as our current Panasonic CF- 31Toughbook Laptops. The Fujitsu Q704 tablet is also fitted with an upgraded Intel processor, increased RAM (8GB) as well as upgraded wireless radio technology. The Fujitsu Q704 tablet is also protected by a thermoplastic polyurethane (TPU) case that ensures its ruggedized nature will be able to withstand the demands and stresses placed on it. The size of the unit awards the officers with increased space and the layout is also well positioned for either the Dodge Charger or the Ford Explorer. The tablets purchased from Brite Computers are packaged with the associated mounting platforms produced by Lund Industries in Northbrook, Illinois. Brite Computers is the sole source provider for this mounting solution. If purchased separately, the tablets would cost $2,523.67 from CDW or $2,495.00 each from SHI Direct, compared with a cost of $2325.76 from Brite Computers. After factoring in that the Fujitsu Q704 tablet system is already in place at the Police Department and in active use, the overall cost savings and its scalability, it's my recommendation that the Police Department purchase nine (9) additional Fujitsu Q704 tablets and the associated mounting platforms from Brite Computers at an amount not to exceed $37,262.42 for our new squads when they arrive later this fall. Page - 2 - \\Pdl\pol iusr$\TGriffin\USRDAT\Fujitsu Q704 Tablet Memo Final.docx With COURAGE we protect, with COMPASSION we serve. 6 " 'Quote i""Ite 7647 Main Street Fishers Victor NY 14564 Page 1 of 2 Tele hone 585) 758.0200 FLAX. (58 758-0222 Date of Quote Voll Eree: (830)-333-0458 salesinfo@britecomputers.corn 7/30/2015 Thank you for choosing Brite! Quote, Bill To Ship To Mount Prospect Police Dept Lund Industries Q 63237 50 S. Emerson Street Mount Prospect Police Department Mount Prospect IL 60056 3175 MacArthur Boulevard Northbrook IL 60062 Quote Expirati... ; Terms PO # _ ales Rep Shipping Via TOB 9/30/2015 NET 30 Nancy Ann Slater Brite Whse Part Number Description Qty Unit Pric ,e, Extended FUJ-BQAAD30000HAACYB Fujitsu Stylistic Q704 9 2,325.76 20,931,8. i7 -4600U, 8GB, 256GB, 4G, Intel WLAN (ABGN Bluetooth, Webcam, Windows 7 Professional 6 Bit FUJ-FUJ38-1653-01 Fujitsu ADP 5 Year Stylistic + 2 Year Extension of 9 330.00 i 2,970.0 Standard Warranty Fujitsu Q704 Active Dock (3Yr Warranty) Swing Away/Slim and Accessories- NO CONSOLE **'Consofe to be quoted by Lund as part of the installation** LUN-UNV-SASK4-Q704D— Q704 Swing Away With Active Dock And iKey KBD 9' 1,484.62 13,361.5. Tray: 3 Yr Warranty FUJ-FPCCC216 Q704 Protective TPU Cover (1 piece) with handstrap 9 o- 0.00 0.0 - for standard shell only ACC-NU406 NuShield-Fujitsu Q704 TPU Case Daylight Screen 9 0.00 0.0 Protector LUN-BRACE2 Adjustable 10" - 16" Support Brace Attaches to any 9 " 0.00 I 0.0 Pole assembly IKE-SB-87-TB iKey Skinny Mobile Silicone Rubber Keyboard w 9 0.00 , 0.0 Touchpad-Led Backlit-IP65 Syr ACC-LIND-702/704-SB Lind DC Adapter for Fujitsu Stylistic Q702/704, S/T 9 0.00 0.01 Input with 10 Second LIVCO delay LUN -CG -X ChargeGuard Microprocessor controlled Equipment 9 0.00 ! 0.0. Timeout Timer 6 ri 11, 1 - (SAM 7647 Main Street Fishers Victor NY 14564 Telephone: (585) 758-0200 FAX: (5 5) 758-0222 Toll Free: (880)-333-0498 salesinfo@britecoMpLiters.com Part Number I Description "Building Relationsh'S, Strenthening,Partnershlps, rovidirigi Solutions' For Technical Support call (800) 333-0498 (option 1) t4uote Page 2 of 2 Daite of quote 7/30/2015 Quote # Q63237 Qty Unit Price Extended Total $37,263.42 Q63237 August 12, 2015 ti^d"hdvyr ta,OdC U(110: uuflcr.rc:)m Mike Blesic Police Network Administrator Mount Prospect Police Department 112 Northwest Highway Mount Prospect, IL 60056 Dear Sir, As per your request, this is to inform you that Lund Industries, Inc. is the manufacturer of Fujitsu mobile computer mounting platforms and Brite Computers is the sole source for those products. If there are any questions, please don't hesitate to call or email me. Regards, Paul Lundberg, President/ CEO SPECIALISTS IN EMERGENCY VEHICLE SOLUTIONS SINCE 1978 • DESIGN, MANUFACTURING, DISTRIBUTION & INSTALLATION SHIDirect.com -Product Details - Fujitsu Stylistic Q704 -Tablet -with keyboard dock-... Page 1 of 2 Fujitsu Stylistic Q704 - Tablet - with keyboard dock - Core i7 46000 / 2.1 GHz - Windows 7 Pro 64-bit / 8.1 Pro... ......:....m Overview Specifications Documents Product Id: 29692817 Description: Fujitsu Stylistic Q704 - Tablet - with keyboard dock - Core 7 46000 / 2.1 GHz - Windows 7 Pro 64-bit 18.1 Pro 64-bit - pre-installed: Windows 7 - 8 GB RAM - 256 GB SSD TCG Opal Encryption - 12.5" touchscreen 1920 x 1080 ( Full HD ) - Intel HD Graphics 4400 - keyboard: US Mfr Part #: BQAAD10000HAAAEX MSRP: $2,518.00 The Fujitsu Stylistic Q704 helps you to get the job done, regardless of location and weather conditions. Its 31.8 cm (12.5 -inch) Full HD display with pen and touch input and Intel Core i7 processor with vPro technology ensure high performance. A semi - ruggedized design helps you achieve your tasks, wherever you are in every weather. Key Points • Slim and semi -rugged design Content creation and collaboration • User experience and connectivity * Manageability and security Product Features • Slim and semi -rugged design Protect your tablet from environmental conditions. Work anywhere despite exposing the tablet to rain, humidity or dust without any component damage. https://www. shi.comIProductsIProductDetail.aspx?SHISystemID=ShiCommodity&Produc... 8/13/2015 Fujitsu Stylistic Q704 - 12.5" - Core i7 460OU - Windows 8.1 Pro 64-bit - 8 - BQA... Page 1 of 3 III. ILoq On ai Cs'nate Aex..oui P: p4nud lWpl' MM SUM i1 YSJ (hv rr:aa L.I rlcr ' a'; c m,t Q4b;P At, Hardware Software Cloud Product Finders Brands Best meals bIrldil 4 r,V7p r ^r ,. , f rvrurldrlee7",m I PI „$ uwm0 Fujitsu Stylistic Q704 -12.5" - Core i7 46000 - Windows 8.1 Pro 64-bit - 8 nun a,1 ,11 ,rd11,7 �,nuJVI4MA MM I : FUJITS 3, ,1I 1 1„;r r rlll,fl l i! Ilr! [I'r+ 1ui qtr Irtrrv' Customers Who Viewed This Product Also Viewed... (6) EM rral u w sca'rf c.: 1"ulugh p acl FZ.Mt-'N'” (.011aa 05 r' C:mrrup;aaarme .2 I P s11" , !3x ila Y:7 13 15" I IL r Itdfl: IIflci Co, C 17 rV / 10N10 9 SV,#4VIC Q704 1,7 3” , Cora r;w mN3'f„fN'7q,1 1:1:1,I vare iw 0,rd 11i�Sa ifl tlu V1;+,';.a•ua3 ,wak r,Ix§7 1u++4l i�.'IMI � C PRODUCT OVERVIEW C TECHNICAL SPECIFICATIONS 0 ACCESSORIES C WARRANTIES & SERVICES e Warranties -Product Protection (3 Items) $2,523.67 I a^^CS�tlrrli PSp8, 14""1C➢"1'Ih AvabblRyflin Stock 511l Ilrs l':Q day tf urudei-ax+d wr1lnln C, f°ua"e 30 rvi nI �,u;'annanun billd'ilN Ma r a!nt,,u dnd See na:r:'h,_ 1 rrl;Mpvv hip,11d f.::ar �,r .furi..,llavrrl ;hC1rtJi',1 )4Y I, '19 l $68 dG'2 Akcla'r;eRieta 0,rIri p r_l7fbb'hi IMI,' +,IniiiO ric,,smC.i+,rr' na u(i V ,A,11:tn Add All Items To Cart .„ ipeu„ r„If Ulis piyndip:t:'. xd i,i^I I oybnd n1 Naiu:::4c i'+I14 6 I[J 1,',� I(,uIz rvHIICaant r{ Il'1lr64-Iri1. 6 f I: k'i, 6,� 6,6 17811Cil :";o I`I I';07r,H"IvvI'DIaar1 I.i:.ig+ rr I . Eo m M,I'uV l� rfi,� n^ so + e 1 ru,'MJIa I https://www.cdwg. comishoplproducts/Fujitsu-Stylistic-Q704-12.5 in -Core -i7 -4600U -Wind... 8/13/2015 Village of Mount Prospect Community Development Department MEMORANDUM TO: DAVID J. STRAHL, ACTING VILLAGE MANAGER FROM: NELLIE S. BECKNER, SENIOR PLANNER DATE: AUGUST 11, 2015 SUBJECT: BUSSE AVENUE PEDESTRIAN CROSSING FEASIBILITY STUDY — CONSULTANT SELECTION BACKGROUND Various stakeholders have inquired about the possibility of constructing a pedestrian crossing at the intersection of Busse Avenue and Main Street/Route 83 to improve the safety of this movement. A concept design for a crossing in this location is included in the 2013 Downtown Implementation Plan. The Community Development Department has reserved $200,000 in the TIF budget for the research, design, and potential installation of a crossing. With assistance from the Department of Public Works, the Community Development Department distributed a Request for Qualifications (RFQ) to qualified engineering consulting firms to conduct a feasibility study to understand if a crossing is appropriate at this location, and if so, which design should be installed. REQUEST FOR QUALIFICATIONS The Department of Public Works invited six firms to respond to the RFQ to provide engineering services for potential crosswalk improvements across Route 83 at Busse Avenue. Three firms were interviewed on July 16 - 17, 2015, with Gewalt Hamilton Associates presenting the strongest response. The Village negotiated the cost to $34,933.71 that includes the following scope of work: • Gather vehicle and pedestrian counts at Busse Ave/Route 83 and nearby intersections, including turning movements. • Gather origin/destination data of vehicles turning left from southbound Route 83 onto eastbound Busse Avenue. • Perform a topographic and right-of-way survey of the Busse/Route 83 intersection. • Develop a three conceptual pedestrian crossing designs, based upon data analyses and taking into account current and potential use of the triangle site. • Coordinate and present to IDOT the alternate crossing designs for initial feedback. • Provide 12 copies of the final report, which includes crossing designs, findings and recommendations, articulating the pros and cons of each concept supported by quantitative data. PROJECT TIMELINE The process will last approximately ten weeks: • September, 2015 will entail traffic counts, origin/destination data collection and field surveys. • Concept plans for the crossing will be completed by early October, 2015. • Draft report with preliminary analyses and recommendations will be presented to staff by the end of October, 2015 • Final Report completed by mid-November, 2015. Busse Avenue Crossing Feasibility Study August 11, 2015 Page 2 CONCLUSION Gewalt Hamilton Associates, Inc. addressed all of the Village's requested elements in the Statement for Qualifications, and provided the most thorough response to data collection and analyses. Staff recommends retaining Gewalt Hamilton Associates to complete the Busse Avenue Crossing Feasibility Study. Sufficient funds are available in the TIF account 022.40.90.00.0.710.636.029 on page 313 of the Budget. Please forward this memorandum and attachments to the Village Board for their review and consideration at their August 18th meeting. Staff will be present to answer any questions related to this matter. I concur with the above recommendation. William J. Cooney, Jr.,;AICP Director of Communit Development Professional Engineering Services IL Route 83 — Busse Avenue Crosswalk Improvements GHA Proposal No. 20153082 i f 1 CONSULTI NG ENGINEERS 625 forest Edge I)rive, Vernon Hills, IL 60061 TEt. 847.478.9700 ■ FAx 847.478,9701 svNvw. gha-en gi to eers.co n1 Village of Mount Prospect (Client), 50 S. Emerson Street, Mount Prospect, IL 60056, and Gewalt Hamilton Associates, Inc. (GHA), 625 Forest Edge Drive, Vernon Hills, IL 60061, agree and contract as follows: Project Understanding The Village wishes to engage a consultant to prepare a study of potential improvements to pedestrian access and operations at the IL Rte. 83 at Busse Avenue intersection. The following scope of services was based on the outline presented in the Village's Request for Qualifications and is recommended for completion of conceptual design. The scope includes evaluation of up to three (3) alternate improvement options, along with preliminary cost estimates for each concept. A. Basic Scope of Services: Phase I - Preliminary Engineering Project Coordination & Preliminary Data Collection The GHA project team will observe operations in the study area and collection whatever background information may be available and be prepared to meet with the City Staff to discuss their views and perspectives on the project. The proximity to Village Hall would suggest a "field trip" may be appropriate for the project team to truly experience what the various Village department members see on a daily basis. GHA will also request five (5) years of recent crash data from the IDOT Bureau of Safety in Springfield, 1. Meet with Village staff from various Departments to understand current issues, learn from different perspectives, and refine the goals as necessary. Utilizing Miovision Video Collection Units (VCU), GHA will collect vehicle and pedestrian data simultaneously and inconspicuously. The Miovision equipment will provide vehicle volume and class data, as well as provide the additional critical pedestrian and bicycle data by direction for each approach to the intersection, We anticipate deploying the Miovision equipment at up to 6 intersections surrounding the key IL Rte. 83 at Busse Avenue intersection. GHA recommends focusing on the typical weekday morning (6-9 am) and evening (3-7pm) peak periods as well as a weekend midday (11 am-2pm) (Saturday or Sunday) for data collection. 2. Gather pedestrian counts at the intersections during peak times of the day and days of the week. a. Observe non -intersection pedestrian crossings of IL Rte. 83 between Busse Avenue and Central Street during key periods. 3. Gather vehicle counts, including turning movements, at the intersection. 4. Gather vehicle counts at surrounding roadways/intersections as necessary. By utilizing a specialized camera and alternate mounting method, the VCUs can be utilized to collect vehicle license plate data. This would be deployed by GHA to collect the requested origin / destination data. This methodology does require a single camera for each lane, so careful coordination with the Village would be necessary prior to commencing the origin / destination portion of the data collection effort to ensure the 3600 1-70 Drive SE, Suite E, Columbia, x140 65201 ■ TEL 573.397.6900 ■ FAx 573397.6901 The Monadnock Building, 53 W. Jackson Blvd., Suite 924, Chicago, IL 60604 ■ TEL 312.329,0577 a FAx 312.329,1942 Crosswalk Improvements IL Rte 83 at Busse Avenue Mount Prospect, Illinois proper areas and travel lanes are selected. Our proposed scope and cost include observation of 5 individual lanes for 12 hours. Lanes as noted, • EB RT and WB LT from Central to Main • SB at Main from north of Central • SB Main left at Busse • EB Busse east of Main 5. Gather origin -destination data (minimum two block radius) of vehicles turning left from southbound IL Rte. 83 onto eastbound Busse Avenue. B, Topographic & ROW Survey GHA will conduct a topographic and Right of Way survey at the subject intersection, with appropriate limits along the roadway and overlap onto adjacent parcels to ensure the preliminary plans consider the surroundings. While vertical data will be collected, the initial reduction of the data will be limited to the pedestrian crossing areas. The purpose of this approach is to both minimize the cost to the Village, as well as provide the necessary information to the designer to address ADA requirements and considerations. Limits of the topographic survey are anticipated to be between 75-200 feet in each direction along IL Rte. 83 and Busse Avenue, 6. Perform a survey of the intersection gathering above -ground features and two-dimensional measurements. C. Preliminary Plans Building from the concepts and background information provided, as well as our own experiences, GHA will develop three preliminary concept plans (sketch level detail) and present them to the Village in draft format. Upon a single revision in response to Village comments, and to ensure the concepts are consistent with the preliminary planning session, GHA will formalize the concepts into a CAD file. 7. Develop three (3) conceptual drawings for Village consideration taking into account both existing conditions and future redevelopment near the intersection. D. Alternate Evaluation We anticipate the development of a decision matrix for the three alternates developed. The matrix will include both qualitative and quantitative evaluations of the alternates, including estimated reassignment of traffic volumes (assuming left turns are limited as mentioned in the RFQ), Level of Service for both vehicles and other modes utilizing the most recent versions of the Highway Capacity Software (HCS), preliminary grading plans, and associated preliminary cost opinions. These and other components will be summarized in the matrix to provide the Village with a simple rating system for the alternates. 8. Analyze the impact on the intersection and surrounding area with each concept. 9. Identify potential issues related to meeting ADA and PROWAG requirements. 10. Articulate the pros and cons of each concept supported with quantitative data. 11. Develop preliminary cost estimates for each concept. ......................... August 11, 2015 GHA Proposal No. 20153082 Page 2 of 5 Crosswalk Improvements IL Rte 83 at Busse Avenue Mount Prospect, Illinois E. IDOT Coordination As the Village is aware, IL Rte. 83 is under the jurisdiction of IDOT. We anticipate that coordination with IDOT will consist of a presentation submittal of the various alternates and possibly the decision matrix, with the request for a meeting with to the Programming Section to receive their initial feedback. A key component of the IDOT coordination will be to enforce that the Village is only requesting preliminary feedback and has not yet requested a permit for construction. 12. Coordinate analysis with IDOT and summarize their opinions. F, Presentation, Final Documentation & Deliverables Once initial feedback is received from IDOT, GHA will compile all of the project data, methodology, and findings (both preliminary and final) into a concise technical report with appropriate exhibits and figures. Traffic and pedestrian volumes as well as the origin / destination data and support documentation will be provided as appendices. Included in the final documentation will be a summary review of potential Federal programs that the Village may apply for to help offset design and construction costs. 13. Identify potential funding sources for construction. 14. Present analysis and recommendations to Village staff. 15. Provide 12 bound copies and . pdf of the final report to the Village. III. Project Timeline GHA is prepared to proceed immediately upon receipt of a written authorization from the Village. We anticipate a kickoff meeting with Village staff within 1-2 weeks of authorization. Traffic Data Collection can typically commence within 7-10 business days; however, given the anticipated award date, it may make sense to defer traffic data collection until after school has resumed in late August. Project Milestone Dates: Anticipated Contract Award .......................................... Kickoff Meeting with Village Staff ................................. Complete Traffic / pedestrian Data Collection Complete Origin / Destination Data Collection Complete Field Survey and Office Reduction Concept Plans completed .............................. .................August 18, 2015 .................August 24, 2015 .......... September 10, 2015 .......... September 15, 2015 .......... September 15, 2015 ................. October 9, 2015 Draft Report / Preliminary Analyses and Recommendations......... October 28, 2015 Final Report.............................................................................. November 13, 2015 GHA will make every reasonable effort to meet the above referenced dates and milestones, but cannot be responsible for delays caused by reviewing agencies. IV. Key Personnel Mr. Daniel Brinkman, P.E., PTOE will serve as the Project Manager and will be the primary point of contact for the duration of the project. Mr. Jonathan Past, PLS, will oversee the field survey data collection and office reduction / development of base plans. Ms. Lynn Means will provide additional technical assistance for the analyses of potential ... ......... ......_.. ... — August 11, 2015 GHA Proposal No. 20153082 Page 3 of 5 Crosswalk Improvements IL Rte 83 at Busse Avenue Mount Prospect, Illinois traffic pattern changes and adjustments as part of the alternate development. Additional professional and technical staff will provide support as needed. V. Compensation for Services GHA proposes to complete the above work scope on a time -and -materials (T&M) basis using a Cost Plus Fixed Fee calculation in accordance with our most current IDOT prequalification. Detailed man-hours and costs are tabulated in Exhibit B — Manhours and Fee Estimate and summarized below: Service Costs A. Coordination &�_._... Preliminary Data Collection $8,357.10 B. Topographic & ROW Survey $4,631.96 C. Preliminary Plans $5,997.11 D. Alternate Evaluation $6,321.52 E. IDOT Coordination $908.47 F. Presentation, Final Documentation & Deliverables $5,082.54 Labor Cost Subtotal $31,298.71 Estimated Reimbursable Expenses $3,635.00 Total Project Budget $34,933.71 Reimbursable expenses, including items such as photos, postage, messenger services, video count data processing, printing, etc., will be billed directly to the Client without markup. Anticipated reimbursable expenses are identified in Exhibit C — Estimated Reimbursable Expenses. Should the scope of work need to be expanded, additional services requested and authorized by the Client will be billed in accordance with the rates identified in Exhibit B — Manhours and Fee Estimate: Invoices will be submitted on a monthly basis and will detail charges made against the project and services performed. This allows the Client to review the status of the work in progress and the charges made. Please see Attachment A, which is attached hereto and is incorporated herein, for the General Provision of this Agreement. VI. Services Not Included GHA is a full service Engineering, Surveying and environmental planning firm and will be pleased to provide proposals and assistance for any of the following services. However, the following are not included in the Basic Scope of Services: 1. Topographic and or Boundary surveys of individual parcels; 2. Right -of -Way and/or easement acquisition or sub -contracting a negotiation service; 3. Preparation of Plat of Highways of any easements or dedication documents; 4. Tree condition surveys; 5. Wetland delineations, permitting and wetland mitigation; 6. Preparation of construction documents; 7. Preparation of Project Plans, Specifications or Estimates; 8. Submittal to IDOT for permitting; August 11, 2015 GHA Proposal No. 2015.T082 Page 4 of 5 Crosswalk Improvements IL Rte 83 at Busse Avenue Mount Prospect, Illinois 9, Permit fees and review fees; 10. Attendance at or preparation for meetings or public hearings beyond those identified in the scope of services; 11. Plan revisions made necessary due to the discovery of environmental issues; 12. Gas, electric, telephone, or other public utility service design; 13. Landscape design or site lighting design; 14. Retaining wall design or other design requiring the services of a structural engineer; 15. Appraisal and negotiation services; or 16. Construction phase services, including staking and construction inspection. VII. General Conditions of this Agreement The delineated services provided by Gewalt Hamilton Associates, Inc., (GHA) under this Agreement will be performed as reasonably required in accordance with the generally accepted standards for civil engineering and surveying services as reflected in the contract for this project at the time when and the place where the services are performed. Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the Client or GHA, GHA's services under this Agreement are being performed solely for the Client's benefit, and no other party or entity shall have any claim against GHA because of this Agreement or the performance or nonperformance of services hereunder. In no event shall GHA be liable for any loss of profit or any consequential damages. The Client and GHA agree that all disputes between them arising out of or relating to this Agreement or the Project shall be submitted to nonbinding mediation in Chicago, Illinois unless the parties mutually agree otherwise. This Agreement, including all subparts and Attachment A, which is attached hereto and incorporated herein as the General Provisions of this Agreement, constitute the entire integrated agreement between the parties which may not be modified without all parties consenting thereto in writing. By signing below you indicate your acceptance of this Agreement in its entirety. Gewalt Hamilton Associates, Inc.. d I L-7D�� Daniel f , Brinkman,PE��.. PTOE Associate / Senior Transportation Engineer Encl.: Attachment A Exhibit B — Manhour and Fee Estimate Exhibit C — Estimated Reimbursable Expenses Village of Mount Prospect William J. Cooney, Jr. Director of Community Development Date August 11, 2015 GHA Proposal No. 20153082 Page 5 of 5