Loading...
HomeMy WebLinkAbout6. MANAGERS REPORT 11/08/2006 Mount Prospect Village of Mount Prospect Mount Prospect, Illinois ~ INTEROFFICE MEMORANDUM TO: ASSISTANT VILLAGE MANAGER DAVE STRAHL FROM: IT DIRECTOR DATE: OCTOBER 20, 2006 SUBJECT: REQUEST FOR APPROVAL FOR BACKBONE UPGRADES The Village recently completed a rewiring project at the Police and Fire Headquarters to improve network speed. To complement the rewiring project, backbone upgrades are also planned for the 2006 budget year. Three different benefits are expected from the upgrades. 1) Network access speed will be improved by replacing Police workstation hubs with switches. 2) Bandwidth will increase on the link between Village Hall and the Police and Fire Headquarters from 100 Mbps to 1 Gbps. 3) The new switch will have gigabit ports, essential in the Village Hall server room for a centralized backup project that is also planned forthis year. Staff is requesting approval to purchase the equipment and services necessary to implement the backbone upgrades. Discussion The purchase of two new switches will provide the switched ports needed to improve network access speed for Police workstations. The first switch, a Cisco Catalyst 3560G, will replace an existing Cisco Catalyst 3550 switch at Village Hall. The upgrade will provide gigabit Ethernet ports in the Village Hall server room, needed for a centralized backup project which is also scheduled for this year. The new switch will also provide a gigabit endpoint at Village Hall to allow the link between the Police and Fire Headquarters and Village Hall to be upgraded to gigabit connectivity. The existing Cisco Catalyst 3550 will be repurposed to act as a workstation switch for Police, replacing two existing hubs. The second switch, a Cisco Catalyst 2950G, will replace the Catalyst 2924 backbone switch at Police and Fire. The new switch will also provide a gigabit endpoint at that location, to allow the link between the Police and Fire Headquarters and Village Hall to be upgraded to gigabit connectivity. The existing 2924 will also be repurposed as a Police workstation switch, replacing another existing hub. The proposed upgrade plan was designed by RMS Technology Solutions, Inc. The Village has utilized the design services of RMS for a number of years with good results, and would like to use RMS services to configure and install the switches for this project. Request for Approval for Backbone Upgrades October 20, 2006 Page 2 Hardware Quotes Three different vendors have provided quotes for the hardware needed for the project as shown in Table 1. RMS is the preferred vendor because of price and because it simplifies the project to have the same vendor handle the entire project. Table 1: Comparison of Hardware Quotes Comparison of Hardw.are QU9tes RMS cow Com USA Village Hall Hardware - Cisco Catalyst 3560G 48-port 10/100/1000 Layer 3 Switch, Transceiver, Fiber Patch Cables, Shi in Police / Fire Hardware - Cisco Catalyst 2924G 24-port 10/100 Switch w/2 GBIC (gigabit) ports, 2 GBICs, Fiber Patch Cables, Shi in $9,781 $10,497 $11,928 $3,248 $13,745 $3,504 $15,432 Total Services RMS has estimated that it will take 14 hours to configure and install the switches. The installation of the switches will need to take place after hours at time and a half. An additional four hours are estimated to re-provision an existing router to replace a router at Fire Station 14 that is no longer supported by Cisco. Historically RMS has stayed within the hours they have estimated for projects. If they exceed the estimated hours additional funds will be requested. The estimated service costs are detailed in Table 2. Table 2: Estimated Hours for Hardware Configuration and Installation Configure & Install New Switches - 14 hours @ $185/hr plus allowance for 4 hours of overtime Re- rovision existin router to re lace router at Station 14 - 4 hours $185/hr Total Recommendation I request that the bid requirement be waived to purchase services from RMS Technology Solutions for the configuration and installation of backbone hardware at a price not to exceed $3,700. Also I recommend that the Village purchase the backbone hardware as described above from RMS Technology Solutions for an amount not to exceed $13,091. Funds are available for these purchases. Please feel free to contact me with any questions or concerns. ~~ IT Director I:WB Request Memos\2006 Backbone Upgrades.DOC ~\A'iAJ:'ltn\t. ...... Pljr: '0" .C'n........~,@....li~~~e.. \ ""'.Qn......:g.:~m' ,.'e'.'o'" ... l"'I\.l/~J,;.I!\ ;:!:)~i'J~~lt Jr.i!Jl ',,: .u~~J~~~. .~.LJ r:, L:"~ futenoffi~e\ Memo .. .... '.-, - .. ". TO: MICHAEL E. JANONIS, VillAGE MANAGER ~.M~ \\/elo~ FROM: MICHAEL J. FIGOlAH, FIRE CHIEF DATE: SEPTEMBER 28, 2006 SUBJECT: EXTRICATION EQUIPMENT PURCHASE - WAIVER OF BID Backaround The Fire Department is requesting approval to purchase new extrication equipment. The current equipment is over 13 years old and is antiquated. The proposed plan will replace the existing equipment on engine 13 and will replace manual hyrdraulic spreaders on the engines at station 12 and 14. Members of the department evaluated extrication equipment from four leading manufacturers over a four month period. The recommendation is to stay with Holmatro extrication equipment because of the quality of their equipment and their new "Core Technology" which is faster, easier, and safer than the other equipment that was evaluated. General Bid Information Environmental Safety Group (ESG) in Bolingbrook is the exclusive Holmatro dealer (letter attached) in the area and therefore, we are requesting approval to waive the bid process. ESG has been in business for over 16 years and Holmatro has been in business for over 30 years and is a leading manufacturer of extrication equipment. Budaet Authorization Funds are available from the sale of vehicle 545 in account number 6707709-660120 as outlined in the attached April 24, 2006 memorandum and in account number 0014202-670012 - Firefighting Equipment. Recommendation Based on the above information, I recommend waiving the bid process and award a contract to Environmental Safety Group in an amount not to exceed $28,274. MF/jm Attachments M:\1 Archives\09 September\MF-Extrication Equipment Purchase 2006-Village Manager.doc ~ ~ r\lOU~T ~ ~ROSPEC~ ~ M' c t P'" t F""." D' d l ,,'\ ,!;t:\']b];;n\ici' ;,jtr~,S"p' ',/;~,I?"f' ~"'1,rtr~Lf!~ft,',> i\g~ ;;'~~i~1f'i i' f l/\\l1V..Q~", .,.~.,' .J,V\\l!; ~)~,~. ;~,:. ~..~".t..i'~f!:~;;' t~,t~..u,l!;' n_'. .,.;"n Lnten@ffic@Mem.o: ; ".' ,,,,"."C. ..... "_, "" ,.!' .,~, ,....".. .'., J. .,'." ..,,-, "', ..-,',. ....-' TO: MICHAEL E. JANONIS, VILLAGE MANAGER FROM: MICHAEL J. FIGOLAH, FIRE CHIEF DATE: APRIL 24, 2006 SUBJECT: SURPLUS VEHICLE 545 The Fire Department requests Village Board approval to declare vehicle 545 surplus so that it can be sold. This vehicle and the function that this vehicle was used has been replaced by an engine at Fire Station 13. Vehicle 545 is a 1995 Ford F-450 Super Duty Squad with 72,000 miles. The Fire Department contacted 2 brokers to determine the fair market value of this vehicle~ Foster Coach Sales in Sterling, Illinois offered $6,500. Big Red Fire Engines, a reseller of fire vehicles in Georgia, estimated $12,000 but was not interested in purchasing the vehicle. It was apparent that the market to sell this type of vehicle was limited due to the vehicles age, mileage and relatively low purchase price of a new similar vehicle. Another limitation is selling the vehicle with the hose reels and mounting hardware for the extrication equipment without the equipment. The extrication equipment normally used on this vehicle includes a cutter, spreader and power unit, which was purchased in 1993 and is at the end of it useful service due to age and overall improved replacement models. These used tools are currently worth $1,500 as a trade on new equipment. New replacement tools will cost approximately $20,000. The Itasca Fire Protection District expressed interest in this vehicle and extrication equipment. We received a letter of intent from Itasca to purchase the vehicle with extrication equipment for $25,000 pending your approval. It is my recommendation to declare vehicle 545 as surplus and sell it to the Itasca Fire Protection District for $25,000. I will request permission to purchase new extrication equipment with the proceeds of the sale in a future memorandum. Thank you for your consideration. MF/jm M:\1 Archives\04 April\JM-Surplus Vehicle 545-Village Manager,doc Mount Prospect Fire Department 112 E. Northwest Highway Mount Prospect, IL 60056 I wanted to advise you that Environmental Safety Group has been chosen as the new exclusive Holmatro dealer in your area. ESG has been in business for over 16 years with sales and support staff throughout the Midwest. We take great pride in providing a level of service that is unmatched by our competitors. As a current Holmatro customer you understand their commitment to maintain the highest quality standards in the industry. Holmatro is an ISO 9000 registered company that operates a "state of the art" manufacturing facility in Glen Burnie, Maryland. More than 10 years ago they earned Underwriters Laboratories Listings on many of their products and they are still the only company in the world that offers UL Listed hydraulic rescue tools. Of course they also offer a complete range of products that are compliant with the NFPA 1936 Standard. In fact they were the first rescue tool company to provide NFPA compliant products. I know that choosing a rescue tool provider in today's market is more complicated than ever. There are numerous manufacturers and products that run the gamut from reputable to just plain cheap. The investment you made should serve your department and your citizens for many years. Holmatro manufacturers the highest quality, best performing rescue tools in the world. Should you be interested, Holmatro recently released their Core Technology which is sure to revolutionize the market. The system is faster, easier, and safer than any tool in the market. I have included a catalog for your review. Many of your existing tools can be upgraded to this newer technology. One of our sales associates will be contacting you in the near future to introduce themselves to you. Should you have any questions or require additional information beforehand do not hesitate to contact us. Sincerely, ~~ --:::-...~ ~=---------..~ '. Steve Demas --_C" Vice President E. North Frontage Road c BoIingbrook, IL 60440 630/633-5000 co Toll Free 800/242-4295 C' Fax 630/633-5555 ~.esg5afe~.con Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: FROM: DATE: SUBJ: VILLAGE MANAGER MICHAEL E. JANONIS DEPUTY DIRECTOR OF PUBLIC WORKS NOVEMBER 1, 2006 ACCEPT PROPOSALS FOR REPLACEMENT OF COLOR PlOTTE ($16,331 ) Background In the current budget, staff has requested funds to replace a color plotter utilized by the engineering division of public works to generate large format documents. This plotfer is typically utilized to plot design plans, GIS maps, posters, and other documents too large for conventional printers. This machine is connected to the Village-wide computer network and can accept printing jobs from other departments as well. The existing machine is a Hewlett-Packard Designjet 750C color inkjet plotter originally purchased in 1998. It can plot documents on media as wide as 42". The computer replacement fund cycle for plotters is seven (7) years. Staff recommends replacement of this plotter with a machine capable. of plotting documents on media as wide as 60". In recent years, the demand for larger format documents has increased. For example, staff has been asked to print Village wall maps with greater frequency and in greater numbers than years past. Although this demand is easily facilitated utilizing GIS software, printing the finished product proves problematic because the maps are wider than. the 42" capability of our plotter. . It can cost in excess of $2,000 per year to print 14 of these maps (our current inventory) on an annual basis utilizing a commercial printer. In addition, there has also been an increased demand for the creation of large format contingency maps to aid disaster preparedness and response activities. Staging and traffic flow plans for pandemic drug distribution sites are a timely example. Finally, staff has also observed an increased demand for large format posters and banners utilized in conjunction with civic and special events. The information technology division of the village manager's office recommends that printer and plotter purchases be limited to Hewlett-Packard products. This doctrine helps to streamline support services and simplify replacement part purchases. Page 2 of 2 November 1, 2006 Accept Proposals for Replacement of Color Plotter ($16,331) Proposal Results Accordingly, staff researched the large format plotting capabilities of the Hewlett- Packard product lines and determined that the HP Designjet 5500ps UV 60". plotter best met the Village's needs at this time. Subsequently, three (3) qualified vendors were asked to submit price proposals for this machine. The results are as follows: Vendor Price COW-Government Hewlett-Packard-Government Best Buy for Business $16,331 $17,995 $17,995 The lowest cost proposal was received from COW-Government of Vernon Hills, Illinois. Recommendation It is the recommendation of staff to accept the lowest cost proposal to supply one (1) HP Designjet 5500ps UV 60" color plotter from COW-Government at a cost not to exceed $16,331. Sufficient funds for this proposed purchase exist in the current budget. Sean P. Dorsey I concur. Glen R. Andler Director of Public Works Cc: Director of Public Works Glen R. Andler Village Clerk M. Lisa Angell IT Director Joan Middleton File . C:\Documents and Setlingslsdorsey\My DocumenlslCOMPUTERSIPLOTTER [60 INCH]\60 PLOTTER PURCHASE RECOMMENDATION MEMO.doc Mount Prospect Mount Prospect Public Works Department INTEROFFICE MEMORANDUM DATE: NOVEMBER 3, 2006 TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: VEHICLE MAINTENANCE SUPERINTENDENT SUBJECT: ACCEPT STATE OF ILLINOIS BID FOR THE PURCHASE 2007 INTERNATIONAL 4X2 CAB & CHASSIS ($59,600.00) Backaround In the current budget, there are funds available to replace unit 2725. 2725 is a 1982 Ford C-700 cab and chassis with a 1994 Vac-Con vacuum catch basin cleaner used by the Public Works Divisions for cleaning catch basins, storm sewer inlets, excavating previous water main break sites with stone and sand fill, cleaning of the Public Works vehicle wash area drains, and picking up leaves from non-curb streets. Replacement Schedule 2725 was purchased in 1981 and in 1994 the vacuum catch basin cleaner was replaced. The vehicle/equipment replacement schedule for special purpose trucks is 10- 20 years. 2725 has met the years of service having entered its 25th year of service and has logged 31,199 miles. The catch basin vacuum units have a combined total of 10,000 hours with the existing unit logging 5,421 hours Life Cvcle Cost Analvsis Life cycle cost analysis has been completed for 2725. The life cycle cost analysis is attached for your review. The optimum economic replacement point for 2725 has been calculated at year 20 and the modified economic replacement point for 2725 has been calculated at year 21. Other Factors The vehicle being replaced has been in service 25 years. The Ford cab is showing a lot of rust and parts are getting very expensive to purchase. The vacuum catch basin cleaner fan system is showing a lot of wear on the fans and their housings. The three fans and housings are a very vital part of the unit and are very costly to replace. ($14,500.00 plus labor) Replacement Recommendation It is my recommendation that a replacement for 2725 be purchased during the 2006 budget year. Subject: Accept State of Illinois Bid For One Intemational7400 4X2 Cab & Chassis Date: November 3, 2006 Page 2 of 2 Bid Recommendation I am recommending the purchase of one (1) 2007 International 7400 2-wheel drive, 40,000# GVWR, cab and chassis per our specifications from the State of Illinois contract (PSD4013470) award winner Prairie International Trucks, Inc., Springfield, Illinois. I request that the Village Board authorize the purchase of one (1) new 2007 International 7400 2-wheel drive, 40,000# GVWR cab and chassis at a cost not to exceed $59,600.00. Funds for this proposed purchase are available in account 6707709-660115, in the amount of $125,000.00, page 293, of the current budget. Funds remaining will be used to purchase the vacuum catch basin cleaner to make the unit completely functional. The truck being replaced will be traded in to the successful bidder of the vacuum catch basin cleaner or sold at the fall 2008 Northwest Municipal Conference auction. .fJAU) ~ James E. Guenther Jg Attachment c: Deputy Director of Public Works Sean Dorsey H:\Administration\BIDS\RESUL TS\Cab and Chassis International 7400 4X2 2006.doc r-- I I I I I -< m --J ... ~ Cumulative Cost Per Mi,e-~l ~ ~ ~ ~ ~ ~ "0 N 000 000 o 0 0 0 0 0 o 0 0 000 o 0 0 0 0 0 I\J w ~ 0'1 m 00 (0 ..... o ..... ..... I I : ! w L_______________________J o)>om c: c.. c: en 3R-3c::3 S<l> e!e.~Ft ~. ~. c5 ~ ~~~~ 5'....- m ""C(")"'CUJ ~ m ~ (1) ~ol}l ~o ~o CD<l>CD~ $. ~. So i ~~-g ::T c.<C'Dc=5' ;5~~ar CD:::r:::Jo ~~~~< -go 2:-0 ~ ~ ~~~.~ 33S- !l!. ;:offi'oro~ ~ .. "S. or 30 ~ c:: 3 3 <l> ;:0 ~ {g or n <l> 3 <l> ~ ~ LlJ m:zr-mr-"""tJ ~m.~~m~ 3 o..!'!30!'!g. Q) CD CD Q) ro Q.) ro~!a.m~.~ 0.. <l> 30 0.. 3 "t:l 6" ~. ~ ~ Q) :::!. ~g(1)"Omo ::>0..(il0..<l>3: ~ 2 Pi al' ~ ;. 8- ~!e.ffi~ffi~ii :::3oo;::)a<~ affi~S.=,g.o~~ -O':E CD ffi ~ 5:"9. 5 a ~(6~:E<~3.(j)m 3:::raC6~ c~~ <l> ~o-oo ~ g. n: 3"t:l 0 a -.I_CD mea. cr~a S~~ ~ ;:0 S3~ {g 3mO Dr c:r8-g ~ ;:0::>3 al .g ~o 3 ~ iUOm lil ~ 8 3 "0 ::> ~ ~ ~ ~ ~ nO o <l> ;:0 2:a.{g ,.--..-' or o n ll> <l> n al c:: ~o !!r cr :::I ;:0 <l> "0 Dl n <l> 3 <l> ~ ~ ~ ~ -J~",,;:j~~ !CW~~t.n~oo,--:..o NO oaw.,l::!t.-.!r-..>c::::> Q~O').::..aU'toc.n(}"lo :x: 0 g $: fi1 ~ O-i - 0 ~~ rtc: ::,oct ~3 '" <l> ::r < c:: ~o 1!; ~~!i! <l> o o en Cii 0- '< ~ CD '" <0 ~ Co> Co> Co> Co> tit ... Co> Oi;l Co> ..... "-> "-> "-> ... ~ ... ~ ~ to.> o c:: 3 c !!r :CO lD o o !:a- "C lD ., .... ...., Or w N NO) 0) .j:>. ex> 0) to .j:>. 1!; m !'! -i o ~ r- i 3" lD < ll> ., iii" a- m o o III fir N o N U'I .j:>. N ex> N ex> U'I w ...., .j:>. o 0) U'I .j:>. w o N 0) U'I o U'I ex> ...., w ex> N U'I ex> N ~ o ..... o N o ex> .j:>. -l a !!!. < ll> ., iii" a- m o o III !if N o N U'I .j:>. ex> o W N ~ ~ 0) ex> to 0) o ...., U'I ...., ex> ...., 0) --J ex> 0) ex> U'I ..... to U'I --J .j:>. '"Tl C !!. o o !:a- lii "C lD ., -< lD ~ ex> to .j:>. ...., ...., ...., ...., to 0) ~ U'I W W to ex> ...., 500 n 0 c:~ 0..0 S' ...... <0 Dl 0- g "0 '" ~ _en 11t .;..... 3: ll> :r Iii :::I ll> ::I C') lD ll> :::I Co ;:0 lD "C ll> ~. "C lD ., -< lD ll> :"! N W .j:>. o w U'I U'I N .j:>. ..... U'I ex> o ...., ex> 0) N .j:>. .j:>. W N 0) N o 0> ...., c o ::e a. 3" lD o o III It "C !!1 -< lD ll> :"! :co o 0 c:: :;; ~ a 030 o <l> ~ 0 =<5) CD Cii ~ 3: o ~ )> a c !!!. c S!.. iir ., C lD "C (iJ C') a cr ::I ~ -< lD ... :"'! lEDf 3" j; s-!!l. Com Df~" j; ~" !!l..E -<0 lD _ e: e:- m... ~:'"! o ... l=t :::r~ mlD l}: 0 5'~ om iDo !!l g CD .... ... )> C:::::I ::s ... ::;:-< 3: ~~" g ~~~ .gu;a ii"COCl) n N"D 8.~a S"a.~ ~<;'2: ~ ~ c;" !!l~~ Q.ll>* s=R"lII o =r $ ~.g ;r !!? At Q.::I~ 003 ~j,f! <0= Co CD "-> .., 61< a~ o nO '-CD 8"* o~ ::,oN I>> U'I fII fII iiio ..... (>I g: - Co> Co <0 :t: tit tit "-> ... .... en N Co en N 0) i;i~ o .j:>. .... ... N ;., CD N ...., .j:>. w U'I 0) .j:>. 00 .... CD en en N N --J U'I to 0) W ~ 0 .... ..... ..... c:> b ... N 00 U'I U'I ~~ .,. />.) w ~ U'I N 00 ~~ o .,. w U'I ... :.... .;. N to NO ~~ .... N c:> c:> :.. en N to ~01 O::;! .... N U'I U'I :.... ... w o U'I w ~~ .... N :g ~ w o ~~ .j:>. U'I .... ...., en U'I Or N ... ..... b C> ... ~ ~ ~~ 0) ~ ...., to W to ..... W U'I ~ to .j:>. ...., ex> ...., N ~ U'I N 0"> ...., W 0) o ...., N N ~ N N o U'I w W 0> U'I .j:>. N o ~ to o ex> .j:>. w 0) N to to 0) o N ..... .j:>. to ..... 0) .j:>. ex> ..... W ex> N ~ o o t;,N 0,8 to o o .j:>.N 0,8 0) o o N o ex> 0 00 w o o ~g N to U'I o ..... ::;~ U'I 0 ..... 01 U'I o ~~ 01 0 .j:>. o o ~ o .......0 ..... o U'I o o ~N 0,8 01 ...., o o W to c:> C> U'I o U'I o w ...., U'I o t;5N u,8 tON c.n8 N ~~ 01 c:> ~ ~~ U'I 0 0) to N o ex> to ex> U'I 00 00 0..... 00 W 0) to N o ~&5 o ~~~ 0) to N o ~~ '" ~~~ 0) to N o 0"> ...., ...., .j:>. ... N N.j:>. ..... 00 en 0) to N o 0"> 0) 0...., .j:>.W ON..... 00...., 0) to N o -< 01 0) CD ~~ ~ 00 0..... 00'" 0) to N o .j:>. 01 0"> W 01 .j:>. ~~iO 0) to N o W.j:>. CD 0> 0"> U'I .j:>. 0) N OOC:> 0) to N o N W 01 N 00 ...., o NN o ON 0) to N o N 00 U'I 00 00 00 0 N 00 W 0) to N o ..... ..... ..... 00 to 00 8~~ 0) to N o 01~ <:> to .j:>. 0"> N OOU'l