51

2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6
Page 2: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

2011

DuPage Public Safety Communications Brian Tegtmeyer, ENP Executive Director

[PUBLIC SAFETY DISPATCH MODULAR CONSOLE FURNITURE PROCUREMENT REQUEST FOR PROPOSALS]

Page 3: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 2

Invitation for Bids – Public Safety Dispatch Modular Console Furniture Procurement

Project Title: DuPage Public Safety Communications (hereinafter referred to as

“DU-COMM”) Dispatch Modular Furniture Procurement

Mandatory Pre-Bid Meeting: May 12, 2011 at 10:00 AM, Central Daylight Savings Time (CDST) at

DU-COMM. A site visit will be conducted after the pre-bid meeting.

Mandatory Site Visit: If unable to participate in the site visit after the pre-bid meeting, it must

be completed by 3:00 PM, CDST on May 20, 2011

Proposal Due: June 8, 2011 at 4:00 PM, CDST

Proposal to Be Sent to: DU-COMM

Attn: Furniture Procurement Project

600 Wall St.

Glendale Heights, Il 60139

Project Procurement Agency: DuPage Public Safety Communications (DU-COMM)

Project Administrator: Mr. John Ferraro, ENP

Deputy Director

DU-COMM

600 Wall Street

Glendale Heights, IL 60139

Consultant: Mr. Ronald Bloom, ENP

PSAP Concepts & Solutions, LLC

18154 Harwood Ave., Suite 203

Homewood, IL 60430

[email protected]

(708) 991-7225

Page 4: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 3

Table of Contents - Public Safety Dispatch Modular Console Furniture Procurement

Section 1:

1.0 Project Overview & “Green” Manufacturing Preference

1.01 Instructions to Bidders

1.01.1 Definition of Terms

1.01.2 Bid Due Date and Opening

1.01.3 Mandatory Pre-Bid Conference

1.01.4 Bids

1.01.5 Contracts

1.01.6 Documents

1.01.7 Prevailing Rate of Wages

1.01.8 Taxes

1.01.9 Delivery Charges

1.01.10 Bid Security

1.01.11 Preparation and Submission of Bids

1.01.12 Prices / Errors in the Bid

1.01.13 Project Completion Time

1.01.14 Questions and Interpretations of Contract Documents

1.01.15 Bidders Knowledge

1.01.16 Substitutions

1.01.17 Modifications or Withdrawal of Bid

1.01.18 Basis of Award

1.01.19 Execution of Contract

1.01.20 Notice to Proceed

1.01.21 Supervision of Project

1.01.22 List of Major Sub-Vendors

1.01.23 Indemnification

1.01.24 Insurance

1.01.25 Miscellaneous

1.01.26 Use of DU-COMM’s name

1.01.27 Compliance Affidavit

1.01.28 Contract Documents

1.01.29 Questions

1.01.30 Decision Caveat

Page 5: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 4

Section 2: Public Safety Dispatch Modular Furniture Specifications

2.01 General Requirements

2.02 Dispatch Furniture Requirements

2.02.1 Materials and Basic Construction

2.02.2 Ergonomics and Work Area Console Furniture Specifications

2.02.3 Task Lighting

2.02.4 Wiring and Cable Management

2.02.5 Personal Environmental Systems

2.02.6 Optional Console Furniture Accessories

2.02.6.a Desktop Rack Mounts

2.02.6.b Additional Keltron Mount

2.02.6.c Rotating Resource Pedestal

2.02.6.d Auxiliary Storage Units or Pieces

2.02.6.d.1 Storage / File Cabinets

2.02.6.d.2 Under Console File Cabinets

2.02.6.d.3 USB Centralized Port

2.02.6.d.4 Binder Storage

2.02.6.d.5 Auxiliary Support Equipment

2.02.6.d.5.a Marker / White Board

2.02.6.d.5.b Tack able Surface

2.02.6.d.5.c Cup Holders

2.02.6.d.5.d Status Light Pedestals

2.02.6.d.5.e Workstation ID Indicator

2.02.6.d.5.f Radio ID Indicator

2.02.6.d.5.g Desk Top Electrical/Data Ports

Page 6: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 5

Section 3: Additional Information on Bid Expectations

3.01 Warranty

3.02 General

3.03 Delivery, Storage, and Installation

3.04 Telephone service

3.05 Replacement Parts

3.06 Insurance

3.07 Bid Format Requirements

I. Title Page

II Table of Contents

III. Cost Page

IV. Vendor Profile

V. Overview

VI. Equipment

VII. Service

VIII. Delivery and Installation

IX. Reference Data

X. Addendum Materials

Section 4: Appendices:

4.01 Appendix A

Diagram A-1: DU-COMM preferred new console floor plan design

4.02 Appendix B

Specification Compliance Chart – MUST BE USED AND SUBMITTED

4.03 Appendix C

Cost Sheet Example

Page 7: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 6

1.0 Project Overview

DuPage Public Safety Communications, hereafter referred to as “DU-COMM”, is an E9-1-1 consolidated

and combined (police, fire/EMS) dispatch center. DU-COMM, through this RFP process, desires to solicit

pricing and services for the purchase, installation, and maintenance of new public safety dispatch

modular console furniture to replace current dispatch console furniture located in the existing DU-

COMM PSAP, located at 600 Wall Street, Glendale Heights, IL 60139. The console workstations will

provide the workspace for computer, radio, and other equipment utilized by DU-COMM dispatch

personnel in the execution of their duties.

The purpose of this RFP is to purchase a minimum of twenty-two (22) positions of console furniture in

the current communications center, with the option of purchasing twenty-five (25) additional consoles

should DU-COMM develop a backup facility, within two (2) years of the bid award.

DU-COMM is soliciting for the following services and equipment via this bid:

Modular furniture system to accommodate fourteen (14) police and eight (8) fire

dispatch positions as well as the possibility of replacing two (2) training positions.

Various features and accessories for each console position

Installation of new furniture in place of existing consoles in a multi phase process

in conjunction with new Motorola radio equipment installation.

Maintenance and furniture support

The specific requirements of the equipment desired and other work required as part of this project is

described in detail in Section 2.01 General Furniture Specifications Requirements.

Floor plan diagram, in Appendix A, labeled A-1, indicates a design plan currently acceptable by

DU-COMM although vendors may submit alternate design plans for consideration.

It is the intent of DU-COMM to accomplish the installation of the new console furniture to be

coordinated with the simultaneous removal of the current, existing Motorola Donco, steel case

furniture, while the center continues to operate. It is expected that the successful bidder will need to

develop, in conjunction with DU-COMM, a delivery, storage, and installation schedule consisting of a

minimum of three Phases designed to minimize the amount of disruption of services. Vendors must

address this issue in the bid response.

Page 8: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 7

All specifications, tolerances, ratings, or any technically specified criteria contained within this RFP are

considered to be within the current state-of-the-art and/or are currently being met by commercially

available equipment. The fact that a manufacturer chooses not to produce equipment to meet these

specifications, providing the criteria are met, will not be sufficient cause to adjudge these specifications

as restrictive, but may affect the scoring of the proposal.

DU-COMM will give preference to bidders who participate in a formal program aimed at improving their

“green” environmental stewardship. Green manufacturing considerations based upon the company’s

active steps to reduce emissions, use of recyclable materials, and reduction of waste products when

producing dispatch furniture will be considered by the Owner.

1.01 INSTRUCTIONS TO BIDDERS

1. DEFINITION OF TERMS

Throughout these bid documents, the following terms shall be used:

1. Bidder – Any individual, firm, company, or corporation submitting a sealed

proposal as a bid on the designated item(s) or project.

2. Vendor – Any individual, firm, company, or corporation whose bid is accepted

by the Owner for the items(s) or project.

3. Owner – DUPAGE PUBLIC SAFETY COMMUNICATIONS (DU-COMM)

4. Work – the description of the project as contained In the Statement of Work.

5. Consultant – PSAP Concepts & Solutions, LLC is the advisor for the Owner in this

procurement.

2. DUE DATE

Five (5) sealed, written, and bound bids, as well as one CD copy of the bid, pursuant to

the requirements as stated in the Bid Format instructions, will be received by DUPAGE

PUBLIC SAFETY COMMUNICATIONS until 4:00 PM, CDST on June 8, 2011, at the DuPage

Safety Communications building located at 600 Wall Street, Glendale Heights, IL. 60139.

Page 9: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 8

The bids shall be sealed in an envelope or mailing container and on the outside of the

envelope or mailing container, clearly marked and addressed as follows:

Bid Documents For: DU-COMM

Attn: Furniture Procurement Project

600 Wall Street

Glendale Heights, IL. 60139

Bids received after this time will be rejected and returned. No oral, telephone,

telegraphic, or electronic bids or modifications will be considered. All bids received will

be publicly opened and read aloud on June 9, 2011 at 10:00 AM, CDST at the office

location of DU-COMM as stated above

3. MANDATORY PRE-BID CONFERENCE

The mandatory pre-bid meeting is scheduled for Thursday, May 12, 2011, at 10:00 AM,

CDST , in the meeting room of DuPage Safety Communications building located at 600

Wall St. Glendale Heights, IL. Attendance at the pre-bid conference is required. All

vendors attending the pre-bid meeting will be required to fill out a contact form and

register at the door and each representative attending will be required to submit a

business card.

The pre-bid meeting will be followed by a site visit to the areas where the new console

furniture will be installed as well as the support areas to be used for construction and/or

storage of the new and old equipment during installation. During the site visit, no

photos can be taken without permission of the Owner.

All vendors that are going to submit a bid must perform a pre-bid site inspection. Any

inspection after the site inspection conducted on the day of the pre-bid meeting will be

coordinated between the vendor and the Deputy Director of DU-COMM, Mr. John

Ferraro, ENP, and will take place during normal business hours from Monday through

Friday. All site visits must be completed by 3:00 PM, CDST on Friday, May 20, 2011.

Page 10: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 9

4. BIDS

A. Bids will be received for the project as described in the bid format.

B. Bid prices and notations MUST be written in ink or typewritten. Mistakes may be

crossed out with corrections typed or printed adjacent; however, such corrections

MUST be initialed by the authorized employee or officer signing the bid documents.

C. The Specification Compliance Chart located in 4.02.3 APPENDIX B, must be filled out and

submitted as part of the bid in its printed form, as included in the bid packet. Failure to

comply may result in the bid being disqualified for consideration.

D. Owner requires that all bids, except for delivery and installation costs, be valid for a

period of two (2) years from the date of the award of the bid.

5. CONTRACTS

The successful bidder will be requested to enter into a written contract with the Owner.

(See paragraph 19 below).

6. DOCUMENTS

A. Obtain Bidding documents from DuPage Public Safety Communications, Monday

through Friday during normal business hours or on-line through www.ducomm.org.

B. Documents can be viewed during normal business hours at:

DuPage Public Safety Communications

600 Wall Street

Glendale Heights, Illinois 60139

7. PREVAILING RATE OF WAGES

The Vendor shall comply with all laws, including 820 ILCS 130/0.01 et seq., the “Prevailing

Wage Act” and DuPage Public Safety Communications and other laws relating to the

employment of labor and the payment of the general prevailing rate of hourly wages in the

locality in which the work is to be performed for each craft or type of worker or mechanic

needed to execute the contract or perform such work as ascertained by the Illinois

Department of Labor for DuPage County, Illinois. The Vendor shall require all sub-vendors to

comply with said laws, and any rules or regulations now and thereafter issued pursuant to

said laws, by the Vendor, or the Vendor’s sub-vendors. A certified payroll is required to be

submitted with each payout request for each sub-vendor. Failure to provide the required

certified payroll shall be cause for the payment for that pay request to be withheld until such

time as the required certified payroll is submitted.

Page 11: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 10

8. TAXES

This work is being done under the auspices of the Owner and therefore is exempt from

the Illinois sales tax and the Federal excise tax. Proposals shall not include any costs for

these taxes.

9. DELIVERY CHARGES

All bid prices should include shipping, storage, and delivery charges. These charges shall

be freight (F.O.B.) to the project site and all shipments must include lift gate delivery.

Delivery should be to a desired point within the project site as directed by the Owner

unless otherwise stated in the call for bids. Any variation from the advertised terms

should be clearly stated in the bidder's proposal.

10. BID SECURITY

A. The bidder shall submit with his bid, a bid bond, cashier's check, or certified check in an

amount not less than ten percent (10%) of the amount of bid. The bid security shall be

made payable to DU-COMM, and shall be attached to the proposal. All checks shall be

drawn on an acceptable bank.

B. Should the bidder fail or refuse to enter into a contract and furnish an acceptable bond

within ten (10) calendar days after notification of acceptance of the bidder's proposal by

DU-COMM, the bid security shall be forfeited and become the property of DU-COMM.

C. The successful bidder will be expected to issue a performance bond.

D. In the case of the successful bidder, the bid security will be retained by DU-COMM as a

portion of any performance bond required by contract.

E. All bid securities will be returned to unsuccessful bidders by certified mail.

11. PREPARATION AND SUBMISSION OF BIDS

A. Before submitting proposal, each bidder shall examine carefully all documents

pertaining to the work and visit the site to verify conditions under which work will be

performed. All bidders must coordinate visits to the site with the owner prior to

examining the existing conditions.

B. Submission of bid will be considered presumptive evidence that the bidder has visited

the site and is conversant with local facilities and difficulties, the requirements of the

documents, and of pertinent State or local codes, , and has made due allowance in the

bid for all contingencies.

C. Bidder must: include all costs of labor, material, equipment, allowance, fees, permits,

guarantees, cost escalation, applicable taxes, insurance, and contingencies, or to

complete those portions of the work covered by the specification on which proposal is

Page 12: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 11

made, including all trades, without further cost to the Owner; obtain all permits and

arrange for all inspections; and pay all fees and costs incurred and related to the

individual vendors trade.

D. No additional charges or compensation will be allowed by reason of any difficulties

which the bidder could have reasonably discovered prior to bidding.

E. Five (5) written and bound proposals shall be furnished with one(1) identified as the

original with the signature in blue ink. State dollar amounts in both writing and

figures.

F. Complete Bid forms without interlineations, alteration, or erasure and sign in long hand.

Do not recapitulate work to be done on Bid form. Oral, telegraphic, or telephonic

proposals will not be considered.

12. PRICES/ERRORS IN THE BID

A. Bids shall list the single unit price of each console as well as the aggregate cost of all

consoles. Supplemental or optional furniture and/or equipment shall be identified with

a single unit cost and any discount of said items if purchased in multiple, defined lots.

Failure to specify unit prices when required may result in bid rejection.

B. When an error is made, the bidder is not relieved from errors in bid preparation.

13. PROJECT COMPLETION TIME

A. The Vendor will need to coordinate the start date with the Owner. The Work shall

progress, and must be Substantially Complete as mutually agreed upon by the Parties as

contained within the purchase contract. The Owner anticipates the completion of the

project by the end of calendar year 2011.

B. The bid must include an estimated time schedule for the Substantial Completion of the

work. The actual time schedule will need to be coordinated with the Owner.

C. The Vendor shall cooperate with the Owner to coordinate any independent owner’s

activities concurrent with the project completion.

Page 13: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 12

14. QUESTIONS/INTERPRETATIONS OF CONTRACT DOCUMENTS

A. Any question about or requests for interpretation of any part of the contract documents

and any discrepancies or omissions in the contract documents must be submitted to

PSAP Concepts & Solutions, LLC, the Consultant of the Owner in writing for an

interpretation. Any such question or request must be made by 3:00 PM, CDST on May

23, 2011.

B. All answers to any written question will be furnished to all registered bidders.

C. All interpretations made will be in the form of an addendum to the drawings or

specifications, and will be furnished to all registered bidders. Its receipt by the bidder

must be acknowledged on the bid form or by letter or fax received before the time set

for opening of bids.

D. Addenda to the contract documents will be issued by the Owner or its Consultant and

become part of the contract. The Owner or its Consultant is not responsible for oral

instructions.

E. By submitting a bid, the bidder agrees that it fully understands the contract documents

and any interpretations made of the documents, thereby waiving any claim for extra

payment arising from questions about the contract documents and their interpretation

about the contract documents or field conditions.

15. BIDDERS KNOWLEDGE

Before submitting proposals, bidders must visit the site upon which the work is to be

executed in order to familiarize themselves with the existing conditions and fully

understand the nature and scope of the work. Such an examination will be presumed

and no allowance will be made to the bidder for extra labor or materials required, or on

account of any difficulties encountered which might have been foreseen had

examination been made. Inspections may be arranged by contacting the staff member

listed as the contact person on the cover page.

16. SUBSTITUTIONS

A. Make all base bid on the "standard" specified; "standard" means the name or make of

any article, device, materials, form of construction, fixture, etc., names in the

specifications or on the drawings, whether or not the words "or approved equal" are

used. Where two or more "standards" are named, bid on any "standard" specified. All

substitutions must be approved by the Owner before the award of the contract. Name

substitutions for the "standard" specified on the bid form and show on the bid form, the

addition or deduction from the base bid, provided the substitution is approved by the

Owner or its Consultant.

Page 14: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 13

B. Proposals to furnish "equal" will be considered, provided the bidder clearly stated on

the bid proposal form exactly what they propose to furnish. Illustrations, drawings,

samples, or other descriptive matter MUST be included with any bid proposing an

"equal." The Owner reserves the right to approve as an equal, or reject as not being

equal any item a bidder proposes to furnish that contains major or minor deviations

from the specifications. The decision of the Owner is final.

17. MODIFICATIONS OR WITHDRAWAL OF BID

If an error is found in a bid, it must be corrected before the date and time for the bid

opening. A written request for withdrawal of the original bid or any part thereof may be

granted only if the request is received prior to the specified time of closing. No bid may

be withdrawn or canceled after the closing time for receipt of bids and for a period of

sixty (60) days thereafter.

18. BASIS OF AWARD

A. After tabulating all bids in conformance with the documents, award of contract will be

made to the lowest responsible bidder, as determined by the Owner.

B. Notwithstanding the foregoing, the Owner reserves the right to reject any or all bids, to

award a contract for only a portion of the bid work, waive informalities or technicalities

in any bid, and accept any bid it deems to be in its best interest.

C. The Owner may consider such factors as bid price, delivery, guarantee, experience, and

responsibility of bidder, methods of construction, and similar factors in determining

which bid it deems to be in its best interest.

1) By submitting a bona fide bid, the bidder agrees to accept these conditions of

bid evaluation and award.

2) All bidders agree to waive any claim it has or may have against the Owner, its

Consultants, and their respective employees arising out of or in connection with

the administration, evaluation, or recommendation of any bid.

19. EXECUTION OF CONTRACT AND PERFORMANCE/PAYMENT BOND

A. The Owner will issue a written notice of award of contract to the successful bidder.

B. The successful bidder shall enter into a written agreement with the Owner within ten

(10) business days after receipt of notification of notice of award of contract.

C. The failure of the successful bidder to enter into contract and supply the required bonds

within ten (10) business days after the prescribed forms are presented for signature, or

within such extended period as the Owner may grant, shall constitute a default, and the

Owner may either award the contract to the next responsible bidder or re-advertise for

Page 15: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 14

bids. A charge against the defaulting bidder may be made for the difference between

the amount of the bid and the amount for which a contract for the work is subsequently

executed, irrespective of whether the amount that is due exceeds the amount of the bid

guarantee.

20. NOTICE TO PROCEED – The vendor shall commence work as agreed with the Owner.

21. SUPERVISION OF PROJECT

A. The Vendor shall, prior to commencing the work, provide the name, address, and home

and office telephone numbers of the project supervisor and an alternate supervisor.

B. The general Vendor shall maintain supervision on the site during the project's progress.

The supervisor shall be fluent in English and shall not be changed unless approved by

the Owner, or unless the supervisor proves to be unsatisfactory to the Owner.

22. LIST OF SUB-VENDORS

Each Vendor is to list the names of the suppliers and/or sub-Vendors whom the Vendor

intends to use for the project. Changing the listed sub-Vendors or suppliers will be

permitted only with the Owner's written approval.

23. INDEMNIFICATION

The Vendor shall indemnify the Owner as required in the bid documents and contract.

24. INSURANCE

The Vendor shall furnish such insurance as may be required by the Owner.

25. MISCELLANEOUS

The Vendor will be allowed to schedule his normal work as authorized by the Owner.

26. USE OF DU-COMM’S NAME

Use of the name of the DuPage Public Safety Communications by the successful bidder

is specifically denied in any form or medium for public advertisement, unless express

written permission is granted by DuPage Public Safety Communications.

Page 16: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 15

27. COMPLIANCE AFFIDAVIT

As a condition of entering into the contract with the Owner, the bidder must execute

the Compliance Affidavit included in the Bid Documents, stating under oath and penalty

of perjury that all information provided by the bidder is true and correct and that the

bidder is in compliance with all applicable laws pertaining to bid rigging, payment of

State of Illinois taxes, equal employment opportunity, maintaining a drug free

workplace, and establishing a sexual harassment policy.

28. CONTRACT DOCUMENTS

The Contract Documents are defined, in this Document. The Contract Documents are to

be read as a whole, with any duties, obligations, and responsibilities stated in the

Instructions to Bidders to be considered in addition to any duties, obligations, and

responsibilities stated elsewhere in the Contract Documents. To the extent that there is

a conflict between the Instructions to Bidders and any other Contract Document, the

provisions of the Instructions to Bidders shall control.

29. QUESTIONS PERTAINING TO THE CONTRACT DOCUMENTS MUST BE IN WRITING, AND

ADDRESSED TO THE DESIGNATE REPRESENTATIVE OF THE OWNER: PSAP Concepts &

Solutions, LLC, c/o Mr. Ronald Bloom, ENP, 18154 HARWOOD AVE., SUITE 203, HOMEWOOD,

IL 60430. QUESTIONS WILL NOT BE PERMITTED TO DU-COMM OR THEIR PERSONNEL.

QUESTIONS MUST BE RECEIVED BEFORE 3:00 PM, CDST on May 23, 2011. VENDORS ARE

WELCOME TO EMAIL THEIR QUESTIONS TO [email protected]

30. Decisions by the Owner or its representatives pertaining to the execution of contracts in

connection with the work, regardless of clauses in the Bidding Requirements, General

Conditions, and Specifications, will not conflict with the laws or statutes of the State of Illinois.

Page 17: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 16

2.0 Public Safety Dispatch Modular Furniture Specification

2.01 General

These specifications set forth the minimum performance required for the 9-1-1 PSAP console furniture

equipment as listed in this system design. All equipment shall also meet or exceed design and

performance specifications as outlined in the document at the time of bid opening.

Console furniture supplied shall be new and of current design presently in production by the

manufacturer. A product known by the manufacturer to be discontinued within six (6) months after

date of bid opening shall not be acceptable to DU-COMM.

2.02 Basic Dispatch Furniture Specifications

The modular console furniture provided must have been designed for use in a public safety dispatch

center or environment, where 24 hour, 365 day a year use has been incorporated into the furniture

development. The furniture being procured via this RFP shall provide E9-1-1 dispatch workstations

(or alternatives), which will incorporate electrical motorized adjustable work surfaces, and in certain

configurations will have a common work surface located between the two workstations for shared

control and communications equipment. Refer to Appendix A, Diagram A-1 for the current location

of dispatch consoles and related dimensions of the dispatch center floor.

The new console furniture will be replacing existing Motorola Donco console furniture currently

installed and in use by DU-COMM. The Motorola consoles that exist in the dispatch center are of

the Donco variety and are constructed primarily of plate steel. Each console is mounted atop a

raised floor, with each raised tile measuring 2’x 2’ square. Each tile is removable and sits over a

open space of approximately four inches; the base being concrete. Each current console is attached

to the concrete surface, beneath the raised flooring, by ½ inch bolts as well as having adjacent

pieces of furniture secured together using bolts. Each console is grounded to a ground circuit

beneath the raised flooring.

Page 18: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 17

The furniture vendor will be expected to work in concert with the staff at DU-COMM to remove the

old console furniture and replace it with the new furniture, while the center continues its normal

dispatch operations.

The Owner intends to purchase three individual console configurations as noted in the addendum;

one configuration for police dispatch/supervision; one configuration for fire dispatch, and one for

enhanced fire dispatch/supervision. The Owner needs to provision different dispatch equipment

and electronics based on the public safety discipline being serviced in the various configurations

aforementioned.

The Owner is very concerned that the removal of existing console furniture and the building of new

console furniture will not cause an undue amount of noise or distraction or loss of functionality to

the dynamics of the existing communications center. Additionally, DU-COMM has limited storage

capability on site both for new console and equipment as well as for consoles and equipment that

has been removed.

As such, the project installation is envisioned to take place in several distinct phases, to minimize the

disruption of normal dispatch services and minimize the amount of stored materials.

It is also the intent of DU-COMM to perform the removal of old consoles and the installation of new

consoles simultaneously utilizing times during which lower volumes of calls are normally processed,

which may include, if financially feasible, work being performed from 10:00 PM to 7:00 AM except

Friday night to Saturday morning and Saturday night to Sunday morning.

As aforementioned, the center utilizes 2’ x 2’ raised floor tiles with a depth of 6 ½” that contains

telephone cables, CAT5 data cables and electrical wiring utilizing flexible conduit serving electrical

outlets inside each console. Each position is outfitted with two (2) 1900 orange receptacle electrical

boxes fed by a UPS and generator backed up power. Each position is also outfitted with one (1)

1900 white receptacle electrical box from ComEd utility and generator backed-up power. Currently,

additional UPS power loads beyond the two (2) duplex electrical receptacles are supported by a

neutral isolated power strip. The new consoles shall be installed using telephone, data circuits and

electrical and/or other cables contained under the raised flooring and routed into the new console

furniture from the bottom of the console. DU-COMM believes that the new console furniture could

utilize already existing under floor data and electrical circuits, with minimal modifications, if the new

console furniture was placed as indicated in Appendix A, Diagram A-1 in the addendum.

Page 19: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 18

1. Materials and Basic Construction

a. This furniture shall be constructed of all new materials. No materials used shall be

classified as “seconds, blemished, imperfect and used” or otherwise.

b. The materials and design of the console furniture shall be such that it is intended for

and will provide long-term service life for a 24x7 public safety operation.

c. A metal base assembly shall be provided, consisting of welded or bolted legs with a

footprint designed to provide maximum stability.

d. All metal surfaces shall be finished in enamel or powder coating with a matte finish

complementary to the color of the console.

e. The base shall meet ANSI and ADA requirements for foot and leg clearance.

f. Furniture shall have leveler plates or another system with adjustable feet under

each console bay.

g. Countertops and horizontal writing surfaces shall provide a minimum forty-five (45)

pound density 1-1/8 inch thick core material, pressure bonded with a high pressure

laminate top and sealed backing sheet of laminate on the underside of the surfaces

to prevent warping and abrasion.

h. Any horizontal surface span of 48 inches or more will have sufficient support under

the surface or incorporated within.

i. All furniture and laminate shall have a matte (glare-free) finish.

j. The edge surface of the laminate surface shall be finished with a self-healing vinyl

extrusion material. No laminate edging is permitted.

k. Vinyl edging material shall be a minimum 2mm thick thermoplastic vinyl extrusion

for all ¾ inch thick core material and 3mm thick for all 1 1/8 inch thick core material.

l. The rear and side outer (perimeter) surfaces of the console furniture will consist of

vertical panels, with a vertical finished height of forty-two (42) inches.

m. The side and rear panels shall be made of either metal or a solid core material with

a minimum forty-five (45) pounds density, covered with high quality sound

absorbing fireproof material or fabric or laminate surfaces. The edges of the panels

will be finished with a durable, washable trim material.

n. Any and all materials, acoustic or fabric panels must be Class A or 1 fire rated in

accordance with ASTM1 E-84 requirements and meet ASTM D-3597 abrasion

standards

o. Vendor shall provide DU-COMM with a variety of color options, and the color of the

acoustic panels will be selected by DU-COMM upon award of the contract.

1 ASTM = American Society for Testing and Materials

Page 20: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 19

2. Ergonomics and Work Area / Console Furniture Specifications

The furniture shall be designed in accordance with ANSI2/HFES 100-2007 specifications for

“Human Factors Engineering of Visual Display Terminal Workstations” with the intent of

reducing or minimizing the incidence of repetitive stress injuries.

Each dispatch work position shall be equipped with the following features:

a. Motorized, vertically adjustable full lift “sit-to-stand” work/monitor platform.

b. The monitor platform must be large enough to support at least four (4) – 19” inch

flat screen monitors, located side-to-side on the same level, with an additional

capacity of four (4) - 19” flat screen monitors on a higher level, with a load capacity

of 400 pounds (including surface, keyboard platform and associated mechanisms).

c. The monitor platform must be designed to allow uneven load distribution for

stability.

d. The monitor platform must have an integrated monitor attachment system and

hardware brackets sufficient for stacking 19” flat screen monitors two (2) units high

and four (4) units across the bottom level and four (4) across the top level with the

appropriate posts and mounting hardware included.

e. The monitor platform must be capable of being easily adjusted or moveable to

accommodate different focal distances of individual operators.

f. Platform shall be powered by a UL approved motor/s.

g. Platform shall provide an integrated cable management system or guides for all

monitors and video cables.

h. The monitor/work surface shall be fabricated of standard 1-1/8 inch, forty-five (45)

pound density core material with impact resistant color trim edging with a matte

finish (non glare).

2 ANSI = American National Standards Institute

Page 21: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 20

i. Adjustable motorized keyboard (input) platform that operates independently as well

as in conjunction with the motorized monitor/work platform.

j. The keyboard (input) platform must be easily adjustable by the operator, allowing

an independent, vertical adjustment range.

k. An integrated cable management system or guides shall be provided for keyboard

and mouse cables.

l. The keyboard platforms shall be large enough to accommodate three (3) standard

keyboards in a side-by-side configuration, as well as three (3) standard mouse pads.

m. The input surface shall be fabricated of standard 1-1/8 inch forty-five (45) pound

density core material with impact resistant color trim edging with a matte finish

(non glare).

n. Fixed Writing Surfaces:

i. For fourteen (14) standard police consoles, a horizontal writing surface

between the consoles of at least thirty-six (36) inches in width is required

with supplemental electronic storage cabinets beneath. The writing surface

shall be 30 inches from the floor.

ii. For four (4) standard fire consoles, a horizontal writing surface between the

paired consoles of sufficient width to accommodate two 19” racks of Zetron

fire paging equipment one facing each console position with supplemental

electronic storage cabinets beneath. The writing surface shall be 30 inches

from the floor.

iii. For four (4) enhanced fire consoles, a horizontal writing surface between

the paired consoles of sufficient width to accommodate two 19” racks of

Zetron fire paging equipment one facing each console position, plus one

additional 19” rack for Keltron 703 alarm unit with supplemental electronic

storage cabinets beneath. The writing surface shall be 30 inches from the

floor.

o. Writing surfaces shall be high pressure laminate with a matte finish (non glare).

Page 22: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 21

p. Electronics storage areas under the work/monitor and input surfaces shall be

provided at each work position. The size of the storage cavities shall be sufficient to

house at least four (4) CPUs that are 18”D x 8”W x 18”H and/or related electronic

equipment.

q. The electronics storage areas will not move with the movement of either the

work/monitor surface or the input/keyboard surface, but will remain stationary at

or near ground level.

r. Sufficient ventilation inside the electronic storage cavity shall be provided which will

include integrated, quiet fans to circulate air in the storage cavity.

s. Additionally, integrated, switched lighting elements of at least 75 watts of

illumination shall be installed within each storage cavity.

t. Grommets, cable ports, and/or cable management systems are required within each

cavity for routing of associated computer cabling and/or electrical connections from

the electronics storage area to the appropriate work/monitor and input/keyboard

surfaces as required.

u. The electronic storage cabinets shall be constructed and positioned to minimize

intrusion on personnel knee space under the work area.

v. Lockable, rear panel access to these storage areas is required.

w. Front access doors will be provided with standard, automatically closing hinges and

all doors must be removable. Additionally, locks for these doors will be provided

and keyed the same as the locks for the rear panels as noted in paragraph “u”

above.

x. All locks in all consoles and/or console electronic storage throughout the center will

be keyed alike and a minimum of twenty (20) keys is required to the Owner.

y. Electronic storage cavities will come equipped with slide out shelves, on roller

bearings, for movement of the CPUs contained therein. The movement shall be

Page 23: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 22

configurable at installation to the front or rear of the cavity at DU-COMM’s

pleasure.

z. Each and every electronic storage cavity will have an area identified where the

Owner’s technicians can mount their own grounded power strips, for two (2) 1900

orange receptacle electrical boxes fed by a UPS and generator backed-up power and

one (1) 1900 white receptacle electrical box from ComEd utility and generator

backed-up power. Currently, additional UPS power loads beyond the two (2) duplex

electrical receptacles are supported by a neutral isolated power strip. Power strips

will not be provided by the vendor nor should they be included in the proposed bid.

3. Task Lighting

a. Each dispatch work position will be equipped with two (2) articulating and

adjustable arm lighting fixture(s).

b. The light source shall be LED with a minimum light output equivalent to a 75 watt

incandescent bulb with a switchable high/low.

c. Each task light will be dimmable.

4. Wiring and Cable Management

a. Each dispatch work position must have an integrated cable management system

allowing for easy access to computer cables, network connections, electrical power

cords, etc., for dispatch and support personnel, as well as presenting a “finished”

and “neat” appearance of the position.

b. Each dispatch workstation will have locations for electrical power strips clearly

marked for DU-COMM technicians to mount their “own” grounded electrical strips

in such a way to be hidden from view and not compromise the functionality of the

movement or use of the console.

5. Personal Environmental System - Each dispatch work position shall be equipped with

personal environmental control systems. Required features of this system include:

a. Desktop air diffusers/circulation, which are user-controlled to provide up to 100

CFM (total) air flow to the individual console work area.

Page 24: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 23

b. Sufficient, adjustable air diffusers, or at a minimum one on each side of the main

console, shall be provided for each work area.

c. Heating: A floor pad with a user controlled variable range of 0 – 170 Watts

(minimum), UL listed/certified, shall be provided.

d. Air Filtration System, which will provide filtering capability for the desktop air flow

diffusers listed above in #1. Filtration will incorporate a replaceable or washable

filter.

e. User Control Panel: A common control panel may be provided to integrate all of the

above optional personal environmental equipment controls.

f. Unit will include a system to detect when no person is occupying the work position

and automatically activate an energy saving mode.

6. Optional Console Furniture Accessories

Vendor shall provide separate pricing, on a per item basis, for the following optional

accessories, and DU-COMM will determine whether or not to purchase as part of the bid

process, and which DU-COMM may, at its sole discretion purchase for some workstations

and not for others, or may purchase at a later date.

a. Desktop Equipment Turrets/Racks - Individual freestanding desktop turret/rack

panels will be supplied for the installation and operation of voice recording,

control, alarm monitoring, or other support equipment.

1. Turret/rack will be designed to provide space for four (4) - 5¼” 19 inch

rack mounted panels.

2. Lower turret/rack faces will be sloped, upper faces vertical;

3. Ventilation louvers shall be provided.

4. All side and top panels will be finished in laminate to match other

finished surfaces.

5. Turrets/racks will be affixed to the surface such that they cannot be

easily moved.

b. Additional Keltron Mounts –

1. A desk top mount or unit to house a Keltron 703 alarm interface is

required at each of the two enhanced fire console positions.

2. An internal 19” rack panel is required for each console position.

Page 25: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 24

c. Rotating Resource Pedestal

1. Each dispatch work position or several work positions may be serviced

by a resource pedestal thirty (30) inches in height, that is capable of

being rotated, on a ball bearing system, to 350 degrees (a stop shall be

in place whereby the pedestal cannot be rotated in either direction

more than 350 degrees.

2. The pedestal shall have built-in dividers to allow the storage and access

to common information or support documentation to one or more work

positions.

3. Construction of the resource pedestal shall be 1-1/8 inch thick solid core

material.

4. Each pedestal shall be covered in the high pressure laminate using a

matte finish and

5. Each pedestal shall be edged in with vinyl trim of 3mm in density.

6. The shared top surface shall also be covered in high pressure laminate

using a matte finish and edged with 3mm vinyl.

7. The shared top service will be priced with two (2) options on the

horizontal top surface:

a. A top surface with one (1) - two (2) inch hole with grommet in

the center with a vertical channel of the same circumference to

the bottom of the pedestal, which allows for printer/fax cable

and electrical connections.

b. A top surface that does not have any top hole.

8. The vendor shall furnish color options for the resource pedestal and top

and DU-COMM will select the color at time of contract award.

d. Auxiliary File/Storage Units - Placed throughout the center will be ancillary

storage units or file cabinets of the following sizes:

36“ x 18”; 36” x 19.5”; 24.5” x 49.5”; 34” x 19” and 36” x 48”

1. The vendor shall furnish color options for the file/storage units and DU-

COMM will select the color at time of contract award.

2. Console File Cabinets – A rolling three drawer file cabinet to fit under

the horizontal writing surfaces between console positions; the top

Page 26: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 25

drawer being designed to hold pencils, pens, scissors or other small

items.

3. USB Centralized Unit – integrated USB port unit that allows connection

of input platform cables for CPU mouse and keyboards to be attached

to a centralized tech port for easy change or replacement of these

items.

4. Binder Storage

a. Each console position will have the capacity to have binder storage

units affixed to the console to hold ancillary and resource items or

binders.

b. Each unit shall be metal and shall be finished in enamel or powder

coating with a matte finish complementary to the color of the

console.

5. Auxiliary or support equipment

a. Marker or White Board - A magnetic and dry erase board

affixed to the console.

b. Tack able surface - where items can affixed using tacks and

pins

c. Cup Holders - each console will have the capacity to have

cup/s holder affixed to the console.

d. Status Light Indicator Pedestals - each console will have an

integrated status light display mounted on a post.

i. The display shall consist of three lenses of different

colors.

ii. The status display for one workstation shall be

independent of any other workstation display.

iii. Each status will be provisioned to light independent

of the others through a manual switch or by an

electronic relay or dry contact, as the Owner

prefers.

e. Station ID – there will be the ability to attach with a clip

system designating the id of the workstation to the status

pedestal in section 4 above

Page 27: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 26

f. Radio ID - there will be the ability to attach with a clip

system designating the radio id of the workstation to the

status pedestal in section 4 above

g. Desktop data ports and electrical outlet unit - the ability to

access power and data from a surface port or bank on the

monitor platform.

SECTION 3: Additional Information Concerning Bid Expectations

3.01 Warranty

The vendor shall furnish all labor, materials, and services to completely maintain the workstation

furniture equipment, or pertinent parts as it may apply, for a period of three years after system

acceptance by DU-COMM. Bidders must provide a copy of their Warranty with their bid.

3.02 General

The intent of these specifications is to secure prompt and reliable service for the console furniture

equipment. The vendor will be expected to assume entire responsibility for quality of maintenance

work and attention to maintenance contract terms. If actual maintenance is proposed to be

subcontracted to another, the name of the proposed sub-vendor shall be included in the bid proposal

and be subject to approval by DU-COMM. In such cases, the sub-vendor shall be regularly engaged in

the maintenance of commercial workstation furniture equipment and meet all of the service

requirements outlined in this section.

The bidder shall list the names, addresses, and contact information for five (5) other public safety

dispatch centers or agencies that have the vendor’s furniture in an edition or type similar to that being

quoted in this bid. Of the five agencies, two (2) must be within two hundred (200) miles of DU-COMM,

one of which must have at least ten (10) consoles. These references may be contacted or visited by DU-

COMM to determine the capabilities of the bidding vendor.

Page 28: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 27

3.03 Delivery , Storage and Installation

Delivery location, time of delivery and storage of delivered materials will be determined by DU-COMM

in cooperation with the vendor.

Due to the fact that the new consoles will be replacing current installed Motorola consoles, which are

being used in an active dispatch center environment, DU-COMM anticipates the need to create a flexible

installation process utilizing various phases. DU-COMM is upgrading to the Motorola MCC 7500 system

and the installation of said Motorola equipment, as well as data and electrical circuits, may occur during

the console furniture replacement.

As such, DU-COMM has their own, in-house technicians and third party vendors to perform these tasks.

DU-COMM will expect the successful vendor to initially deliver two (2) complete console units to DU-

COMM for a pilot installation where the DU-COMM technicians and other equipment vendors, like

Motorola, will have a two week period to change over two units, reposition electrical and data

connections, modify raised flooring panels, affix new grounding components and other required tasks,

thus creating an installation template and timeline to be used for the remainder of the console

installations.

DU-COMM does not possess the space for storage for all console materials to be delivered at one time

by the vendor, nor an area that is adjacent to the dispatch center where a mass of materials can be

stored or constructed. DU-COMM could accommodate a forty (40) foot semi trailer near the building

but DU-COMM is concerned about the environmental impact (heat, cold, humidity) on the dispatch

console furniture components contained therein. If the vendor chooses to deliver and store the

materials in a semi-trailer, or portable outdoor storage container (such as a POD) the vendor will assume

any and all damage done to the furniture using such storage and shall promptly replace any such

furniture prior to installation into the Owner site. DU-COMM is located in commercial park with the

potential for leasable storage space should the vendor choose this option, but all costs to store and

move components from the storage location to DU-COMM shall be paid for by the vendor.

DU-COMM does not have a loading dock for delivery. Lift gate trucks and/or forklifts may be needed

and will be the vendor’s responsibility.

DU-COMM requires the successful bidder to remove the current Donco console positions off of the

dispatch center floor to a storage area on the DU-COMM site. DU-COMM will arrange for disposal of the

current console furniture.

Page 29: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 28

The successful bidder will need to demonstrate flexibility or an accommodation for both the phased

delivery and installation of console components, necessary to build complete units as determined over a

period of time, reducing the disruption of dispatch services being performed in the DU-COMM center.

For Example: DU-COMM has completed the installation of the two pilot consoles and has

determined that they are capable of installing seven(7) consoles in a fourteen day (14) period of

time. Now, DU-COMM needs to install seven consoles of the total to be installed within a two (2)

week period of time. DU-COMM would expect the vendor to deliver all component parts needed

for the build-out of ONLY those seven(7) units. Then DU-COMM may determine the next phase

will consist of the need to install six (6) consoles of the total being ordered and would expect the

vendor to now deliver all component parts needed to build-out ONLY those six (6) consoles and

so forth. DU-COMM cannot store all component parts of all consoles on site at the same time,

unless the vendor can provide other logistical arrangements for storage and delivery that are not

charged nor paid by DU-COMM as aforementioned.

All installation work must be performed by trained individuals experienced in working in public safety

communications center environments. A list of no less than ten (10) projects of similar scope,

conducted by vendor’s installation team, shall be provided with the bid. All individuals installing vendor

equipment may be subjected to a background investigation.

As aforementioned, it is the desire of DU-COMM to minimize disruption of 9-1-1 call center activities for

the replacement of the current consoles with the new console furniture equipment.

DU-COMM is interested in evaluating the cost for “non-business hours” installation. The vendor will be

required to provide both an original standard business day installation cost as well as an “alternate

quote” for this “non-business hours” installation, an example of which follows:

For Example: DU-COMM’s IT staff removes electronic components of an existing console

workstation during the day of the week, Monday for example. At 9:00 PM on Monday night the

new console vendor’s installation team arrives and dismantles the old Motorola Donco console

and removes same. The vendor team then assembles one new console workstation and

completes the job by 7:00 AM on Tuesday morning. The DU-COMM IT staff arrives at 8:00 AM

on Tuesday and installs the electronic components into the new console just built the night

before. The DU-COMM IT staff then removes the electronic equipment from another old

Motorola Donco console, which is now ready to be removed and replaced by a new console

Page 30: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 29

Tuesday night by the vendor installation team. The swapping out of old consoles and the

installation of new consoles continues until completed as scheduled by the Owner.

3.04 Phone Support

The vendor shall provide the name and phone number of technical support staff for service outside

normal working hours or the number of an answering service to handle such calls. The vendor shall

advise typical response time for emergency service calls.

3.05 Replacement Parts

The equipment manufacturer shall maintain a Replacement Parts Department to furnish replacement

parts and service for the equipment. The vendor shall certify that they maintain a stock of replacement

parts, located within the United States, for each item included in this proposal and shall be in a position

to replace such parts as may be required for a period consistent with the life of the equipment or for

seven (7) years, whichever is longer. An ample stock of individual components shall be carried for as

long a period as demand warrants.

3.06 Insurance

The vendor/sub-vendor shall maintain insurance satisfactory to DU-COMM for the life of the

maintenance contract.

3.07 Bid Format

The submitted written bid must adhere to the following format and content detail. Standard brochures

and technical specifications may be submitted as addendum material but not as the primary bid data. It

is requested and expected that the following bid sections be specifically prepared and perhaps

substantiated by addendum material.

All bids are to be typed, double spaced between paragraphs on 8 ½ x 11 size paper. The bid proposal

shall also be provided in hard and soft copy format, preferably ADOBE PDF on CDs/DVDs for distribution.

Each of the following required bid sections are to begin a new page and be separately tabbed. Each

page shall be numbered in sequence and have the vendor’s identification. The vendor is to include as

much pertinent data and information under each section as necessary to ensure proper evaluation of

the proposed system.

Page 31: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 30

I. Title Page: Identify the equipment being proposed. The name and signature of the vendor’s

sales representative as well as the business address and telephone number must be provided.

The Legal Name of the Person, Vendor, Firm, or Corporation must be stated and identified as

either a sole entity; partnership; corporation (State Incorporated) of other entity (specified).

The bid must be signed and dated on this page.

II. Table of Contents: A listing of all major and minor topics and associated page numbers must be

included.

III. Cost Page: A summary of all items with associated costs as individual console units, and/or

auxiliary and accessories plus delivery and installation and maintenance costs. See Appendix C

for Cost Page example to determine the type of pricing detail to be provided in a similar format.

IV. Section 1.0 Vendor Profile: This section serves to identify the history of the vendor. This section

should also include information about the “green” policies used or in place by the vendor in the

manufacturing of their console furniture.

V. Section 2.0 Overview: This section is an introduction and synopsis of the bid. The proposed

console furniture equipment or furniture must be identified together with the highlights of each

of the following sections. The vendor must include identification of the primary reasons why the

proposed equipment and service will best meet the specified requirements. In addition, the

vendor’s primary strengths with respect to competitive factors should be presented.

VI. Section 3.0 Equipment: This section must include the completed Specification Compliance

Checklist as aforementioned and found in Appendix B. This section must describe in functional

detail the proposed system and related equipment. This section must include the standard and

optional features and the equipment descriptions. The suitability of the proposed system with

respect to workstations and facilities must be identified. In addition, the complexity of

expanding the system must be clearly described. The ultimate purpose of this section is to

permit the evaluator to totally understand the proposed system in relation to the specifications

listed or the substitution of equal or better equipment than the specification without the

necessity of referring to other documents or brochures.

Page 32: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 31

VII. Section 4.0 Service: This section must describe the service policies associated with the proposed

equipment, as they would apply to this project. The names of all sub-vendors to be used in this

project must be identified in this section. Additionally, the number of installation, maintenance

and service personnel trained in the proposed systems in this geographical area must be

specified. The number and size of similar systems in the area must be identified as noted in

Section 3.02 above. A sample of a maintenance contract should be included here.

The address of the vendor’s local service center should be provided. Please indicate if the

current maintenance records at these centers are available for inspection.

Present in as much detail the proposed service to the system, including such items as expected

response time, on-site spare parts, possible customer maintenance, and other service related

items.

VIII. Section 5.0 Delivery, Storage and Installation: This section must identify the exact tasks the

customer must perform and/or be responsible for in order to accomplish the delivery, storage,

construction and installation of the equipment, taking into account the variables detailed in

Section 3.03 above, must be specifically detailed by the vendor.

Furthermore, the exact tasks that the vendor will perform and/or be responsible for in order to

accomplish the delivery, storage, construction, and installation taking into account the variables

detailed in Section 3.03 above, must be specifically detailed by the vendor to include their

recommendations for delivery, storage, assembly, and installation of consoles in accordance

with the caveats aforementioned by the Owner.

Additionally, the vendor should address specific issues regarding the option to install the

equipment in “off hours” in relation to accomplishing the task during normal business hours.

IX. Section 6.0 Reference Data: This section serves to identify installed and related systems with

pertinent data such as customer base information, date of installations, type of equipment, etc.

X. Section 7.0 Addendum Material: Any brochure or descriptive functional literature that may

assist in the total evaluation may be provided in this section. This section is not to be used to

introduce new or initial data. The previous sections are the sole and primary basis for all

evaluations. This section can be used only to substantiate data introduced in the previous

sections.

Page 33: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 32

4.02 APPENDIX A

Diagram A-1: DU-COMM preferred new console floor plan design

Positions labeled 1 – 7 and 12 – 17 are police positions, while 18 – 21 are standard fire positions and 0 and

8-11 are enhanced fire positions. Positions 2 & 3 exist in the current center but face the curved window

Page 34: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 33

APPENDIX B: Specification Compliance Checklist

Page 35: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 34

For the purposes of this RFP, vendor MUST use the SPECIFICATIONS COMPLIANCE CHART to respond to the areas identified below.

Use “C” for Full Compliance if the product meets the specifications 100% in the way described.

Use “X” for Exception if the product does not meet the requirement 100% but vendor has addressed this concern in a different manner or if vendor product meets most of the requirement.

Use “A” if the product proposed is an Alternate solution that functionally will perform as required in the specifications.

Use “N” if the product does Not Comply with the specification.

Specification

C = Compliant X = Exception A = Alternate N = Non Compliant

Comment / Explanation

Specification Section 1.0 C-X-A or N “Green” Preference

Manufacturing where the company takes active steps to reduce emissions, use recyclable materials and reduce waste products when producing dispatch furniture.

Specification Sections 2.02.1

C-X-A or N Materials and Basic Construction

2.02.1.a This furniture shall be constructed of all new materials. No materials used shall be classified as “seconds, blemished, imperfect and used” or otherwise.

2.02.1.b The materials and design of the console furniture shall be such that it is designed and intended for and will provide long term service life for a 24x7 public safety operation.

2.02.1.c A metal base assembly shall be provided, consisting of welded or bolted legs with a footprint designed to provide maximum stability.

Page 36: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 35

2.02.1.d All metal surfaces shall be finished in enamel or powder coating with a matte finish complementary to the color of the console.

2.02.1.e The base shall meet ANSI and ADA requirements for foot and leg clearance.

2.02.1.f Furniture shall have leveler plates or another system with adjustable feet under each console bay.

2.02.1.g Countertops and horizontal writing surfaces shall provide a minimum 45 pound density 1 1/8 inch thick core material, pressure bonded with a high pressure laminate top and sealed backing sheet of laminate on the underside of the surfaces to prevent warping and abrasion.

2.02.1.h Any horizontal surface span of 48 inches or more will have sufficient support members under the surface or incorporated within.

2.02.1.i All furniture and laminate shall have a matte (glare-free) finish.

2.02.1.j The edge surface of the laminate surface shall be finished with a self-healing vinyl extrusion material. No laminate edging is permitted.

2.02.1.k Vinyl edging material shall be a minimum 2mm thick thermoplastic vinyl extrusion for all ¾ inch thick core material and 3mm thick for all 1 1/8 inch thick core material.

BLANK

Page 37: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 36

3 ASTM = American Society for Testing and Materials

2.02.1.l The rear and side outer (perimeter) surfaces of the console furniture will consist of vertical panels, with a vertical finished height of forty-two (42) inches.

2.02.1.m The side and rear panels shall be made of either metal or a solid core material with a minimum 45 pounds density, covered with high quality sound absorbing fireproof material or fabric or laminate surfaces. The edges of the panels will be finished with a durable, washable trim material.

2.02.1.n Any and all materials, acoustic or fabric panels must be Class A or 1 fire rated in accordance with ASTM3 E-84 requirements and meet ASTM D-3597 abrasion standards

Specification Sections 2.02.2

C-X-A or N Ergonomics & Work Area Console

Specifications

2.02.2.a Motorized, vertically adjustable full lift “sit-to-stand” work/monitor platform.

2.02.2.b The monitor platform must be large enough to support at least four (4) – 19 inch flat screen monitors, located side-to-side on the same level, with an additional capacity of four (4) 19” flat screen monitors on a higher level, with a load capacity of 400 pounds (including surface, keyboard platform and associated mechanisms).

BLANK

Page 38: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 37

2.02.2.c The monitor platform must be designed to allow uneven load distribution for stability.

2.02.2.d The monitor platform must have an integrated monitor attachment system and hardware brackets sufficient for stacking 19” flat screen monitors two (2) units high and four (4) units across the bottom level and four (4) across the top level.

2.02.2.e The monitor platform must be capable of being easily adjusted or moveable to accommodate different focal distances of individual operators.

2.02.2.f Platform shall be powered by UL approved motor/s.

2.02.2.g Platform shall provide an integrated cable management system or guides for all monitors and video cables.

2.02.2.h The monitor/work surface shall be fabricated of standard 1 1/8 inch 45 pound density core material with impact resistant color trim edging with a matte finish (non glare).

2.02.2.i Adjustable motorized keyboard (input) platform that operates independently as well as in conjunction with the motorized monitor/work platform.

2.02.2.j This keyboard (input) platform must be easily adjustable by the operator, allowing an independent, vertical adjustment range.

Page 39: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 38

2.02.2.k An integrated cable management system or guides shall be provided for keyboard and mouse cables.

2.02.2.l The keyboard platforms shall be wide enough to accommodate three (3) standard keyboards in a side-by-side configuration, as well as three (3) standard mouse pads.

2.02.2.m The input surface shall be fabricated of standard 1 1/8 inch 45 pound density core material with impact resistant color trim edging with a matte finish (non glare).

2.02.2.n.i. For fourteen (14) standard police consoles a horizontal writing surface between the paired consoles of at least thirty-six (36) inches in width , is required with supplemental electronic storage cabinet beneath. The writing surface shall be 30 inches from the floor.

2.02.2.n.ii For four (4) standard fire consoles a horizontal writing surface between the paired consoles of sufficient width to accommodate two 19” racks of Zetron fire paging equipment, one facing each console position, with supplemental electronic storage cabinet beneath. The writing surface shall be 30 inches from the floor.

BLANK

Page 40: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 39

2.02.2.n.iii For four (4) enhanced fire consoles a horizontal writing surface between the paired consoles of sufficient width to accommodate two 19” racks of Zetron fire paging equipment, one facing each console position, with one additional 19” rack for Keltron 703 alarm unit with an electronic storage cabinet beneath. The writing surface shall be 30 inches from the floor.

2.02.2.o Writing surfaces shall be high pressure laminate with a matte finish (non glare).

2.02.2.p Electronics storage areas under the work/monitor and input surfaces shall be provided at each work position. The size of the storage cavities shall be sufficient to house at least 4 CPU’s that are 18”D x 8”W x 18”H.

2.02.2.q The electronics storage areas will not move with the movement of either the work/monitor surface or the input/keyboard surface but will remain stationary at or near ground level.

2.02.2.r Sufficient ventilation inside the electronic storage cavity shall be provided which will include integrated, quiet fans to circulate air in the storage cavity.

2.02.2.s Additionally, integrated, switched lighting elements of at least 75 watts of illumination shall be installed within each storage cavity.

BLANK

Page 41: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 40

2.02.2.t Grommets, cable ports and/or cable management systems are required within each cavity for routing of associated computer cabling and/or electrical connections from the electronics storage area to the appropriate work/monitor and input/keyboard surfaces as required.

2.02.2.u The electronic storage cabinets shall be constructed and positioned to minimize intrusion on personnel knee space under the work area.

2.02.2.v Lockable, rear panel access to these storage areas is required

2.02.2.w Front access doors will be provided with standard, automatically closing hinges and all doors must be removable. Additionally, locks for these doors will be provided and keyed the same as the locks for the rear panels as noted in paragraph “u” above.

2.02.2.x All locks in all consoles and/or console electronic storage throughout the center will be keyed alike and a minimum of twenty (20) keys is required to the Owner.

2.02.2.y Electronic storage cavities will come equipped with slide out shelves, on roller bearings, for movement of the CPU’s contained therein. The movement shall be configurable at installation to the front or rear of the cavity at DU-COMM’s pleasure.

BLANK

Page 42: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 41

2.02.2.z Each and every electronic storage cavity will have an area identified where the Owner’s technicians can mount their own power strips, for two (2) 1900 orange receptacle electrical boxes fed by a UPS and generator backed up power and one (1) 1900 white receptacle electrical box from ComEd utility and generator backed up power. Currently, additional UPS power loads beyond the two (2) duplex electrical receptacles are supported by a neutral isolated power strip; whereby such installation will not compromise the functionality or features of the console. Power strips will not be provided by the vendor nor should they be included in the proposed bid.

Specification Sections 2.02.3

C-X-A or N Task Lighting

2.02.3.a Each dispatch work position will be equipped with two (2) articulating and adjustable arm lighting fixture(s).

2.02.3.b The light source shall be LED with a minimum light output equivalent to a 75 watt incandescent bulb with a switchable high/low setting.

2.02.3.c Each task light will be dimmable.

BLANK

Page 43: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 42

Specification Sections 2.02.4

C-X-A or N Wire and Cable Management

2.02.4.a Each dispatch work position must have integrated cable management system allowing for easy access to computer cables, network connections, electrical power cords, etc., for dispatch and support personnel, as well as presenting a “finished” and “neat” appearance of the position.

2.02.4.b Each dispatch workstation will have locations for electrical power strips clearly marked for DU-COMM technicians to mount their “own” grounded electrical strips in such a way to be hidden from view and not compromise the functionality of the movement or use of the console.

Specification Sections 2.02.5 C-X-A or N Personal Environmental Systems

2.02.5.a Desktop air diffusers/circulation, which are user-controlled to provide up to 100 CFM (total) air flow to the individual console work area.

2.02.5.b Sufficient, adjustable air diffusers, or at a minimum one on each side of the main console, shall be provided for each work area.

2.02.5.c Heating: A floor pad with a user controlled variable range of 0 – 170 Watts (minimum), UL listed/certified, shall be provided.

2.02.5.d Air Filtration System, which will provide filtering capability for the desktop air flow diffusers listed above in #1. Filtration will incorporate a replaceable or washable filter.

Page 44: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 43

2.02.5.e User Control Panel: A common control panel may be provided to integrate all of the above optional personal environmental equipment controls.

2.02.5.f Unit will include a system to detect when no person is occupying the work position and automatically activate an energy saving mode.

Requirement Sections 2.02.6 C-X-A or N Optional Console Furniture Accessories

2.02.6.a Individual freestanding desktop turret/rack panels will be supplied for the installation and operation of voice recording, control, alarm monitoring or other support equipment.

2.02.6.a.1 Turret/rack will be designed to provide space for four (4) - 5 ¼ 19 inch rack mounted panels.

2.02.6.a.2 Lower turret/rack faces will be sloped, upper faces vertical

2.02.6.a.3 Ventilation louvers shall be provided

2.02.6.a.4 All side and top panels will be finished in laminate to match other finished surfaces.

2.02.6.a.5 Turrets/racks will be affixed to the surface such that they cannot be easily moved.

Requirement Section 2.02.6 C-X-A or N Optional Console Furniture Accessories

2.02.6.b.1 A desk top mount or unit to house a Keltron 703 alarm interface is required.

Page 45: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 44

2.02.6.b.2 Internal 19 inch rack panels for auxiliary equipment at each console.

2.02.6.c.1 Each dispatch work position or several work positions may be serviced by a resource pedestal thirty (30) inches in height, that is capable of being spun around, on a ball bearing system, to 350 degrees (a stop shall be in place whereby the pedestal cannot be spun around in either direction more than 350 degrees.

2.02.6.c.2 The pedestal shall have dividers built into the piece of furniture to allow the storage and access to common information or support documentation to one or more work positions.

2.02.6.c.3 Construction of the resource pedestal shall be 1 1/8 inch thick solid core material,

2.02.6.c.4 Each pedestal shall be covered in the high pressure laminate using a matte finish and complementary to console color.

2.02.6.c.5 Each pedestal shall be edged in with vinyl trim of 3mm in density.

2.02.6.c.6 The shared top surface shall also be covered in high pressure laminate using a matte finish and edged with 3mm vinyl.

2.02.6.c.7.a The shared top service will be priced with two options on the horizontal top surface:

A top surface with one (1) - two (2) inch hole with grommet in the center with a vertical channel of the same circumference to the bottom of the pedestal which allows for printer/fax cable and electrical connections.

Page 46: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 45

2.02.6.c.7.b A top surface that does not have any top hole.

2.02.6.d.1 Storage Cabinets complementary to the console furniture.

2.02.6.d.2 File cabinets complementary to the console furniture

2.02.6.d.3 USB Centralized Unit – a unit that allows USB connections of input platform cables for CPU mouse and keyboards to be attached to a centralized point for easy change of these items

2.02.6.d.4.a Binder Storage - Each console will have the capacity to have binder storage units affixed to the console to hold ancillary and resource items or binders.

2.02.6.d.4.b Binder Storage - Each unit shall be metal and shall be finished in enamel or powder coating with a matte finish complementary to the color of the console.

2.02.6.d.5.b Tack able surface - where items can affixed using tacks and pins

2.02.6.d.5.c Cup Holders - each console will have the capacity to have cup/s holder affixed to the console.

2.02.6.d.5.d Status Light Indicator Pedestals - each console will have an integrated status light display mounted on a post.

2.02.6.d.5.d.i The status light display shall consist of three lenses of different colors.

2.02.6.d.5.d.ii The status light display for one workstation shall be independent of any other workstation display.

Page 47: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 46

2.02.6.d.5.d.iii Each status light display will be provisioned to light independent of the others through a manual switch or by an electronic relay or dry contact, as the Owner prefers.

2.02.6.d.5.e Station ID – the ability to attach with a clip system the id of the workstation to the status light pedestal in section 4 above

2.02.6.d.5.f Radio ID - the ability to attach with a clip system the radio id of the workstation to the status light pedestal in section 4 above

2.02.6.d.5.g Desktop data ports and electrical outlet unit - the ability to access power and data from a top surface port or bank on the monitor platform of the console.

BLANK

BLANK

BLANK

BLANK

Page 48: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 47

Appendix C: Cost Sheet Example

The bidder is instructed to include a complete list with their proposal organized by item

number on the bid, showing manufacturer and model number of each item to be

furnished, including any discount being offered on each item, using a format as shown

below in these examples:

Bid Item #1: Provide furniture and equipment for one (1) Police Console Position

w/Environmental Features (power lifting surfaces, air flow, and heat). Manufacturer /

Model Number / Discount(s) applied

Total $12,500.00

Bid Item #2: Provide furniture and equipment for fourteen (14) Police Console Positions

w/Environmental Features (power lifting surfaces, air flow, and heat). Manufacturer /

Model Number / Discount(s) applied

Total $150,000.00

Bid Item #3: Provide furniture and equipment for one (1) standard Fire Console Position

w/Environmental Features (power lifting surfaces, air flow, and heat). Manufacturer /

Model Number / Discount(s) applied

Total $14,500.00

Page 49: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 48

Bid Item #4: Provide furniture and equipment for four(4) standard Fire Console Positions

w/Environmental Features (power lifting surfaces, air flow, and heat). Manufacturer /

Model Number / Discount(s) applied

Total $56,000.00 represents a 3.5% discount

And so forth for each item identified

One / 4 Enhanced Fire Console Position w/Environ ______/_______

One / 2 Training Console Position ______/_______

One / 14 Bridge & Electronic Cabinet between Police Consoles ______/_______

One / 4 Bridge & Electronic Cabinet b/w Standard Fire Consoles ______/_______

One / 4 Bridge & Electronic Cabinet b/w Enhanced Fire Consoles ______/_______

Task Lighting _____________

Turret/Rack Mounts _____________

Keltron Mount _____________

Installation during Regular Business Hours ____________

Installation during “off hours” ____________

Maintenance Cost (3 years) ____________

Additional Cost (Detailed Explanation) ____________

Page 50: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 49

TOTAL PROPOSED CONSOLE FURNITURE SYSTEM with Delivery and Standard

Installation but w/o additional Auxiliary or Optional Equipment or Accessories.

TOTAL $

TOTAL PROPOSED CONSOLE FURNITURE SYSTEM with Delivery and “off hours”

Installation but w/o additional Auxiliary or Optional Equipment or Accessories.

TOTAL $

OPTIONAL EQUIPMENT (include name of manufacturer if not vendor) and model

number and discount(s) applied

Rotating Resource Center with Grommet ____________

Rotating Resource Center without Grommet ____________

Rolling File Cabinet under Console ____________

Under Platform USB Center ____________

Binder Storage ____________

White or Marker Board ____________

Tack able Surface ____________

Cup Holders ____________

3 Lens Status Light Indicators ____________

Workstation ID Clips ____________

Page 51: 2011 - DU-COMM2.02.2 Ergonomics and Work Area Console Furniture Specifications 2.02.3 Task Lighting 2.02.4 Wiring and Cable Management 2.02.5 Personal Environmental Systems 2.02.6

DU-COMM Furniture RFP Page 50

Radio ID Clips ____________

Desk Top Electrical and Data Port Units ____________

36” x 18” File Cabinet in color complementary to consoles ____________

36” x 19.5” File Cabinet in color complementary to consoles ____________

36” x 12” File Cabinet in color complementary to consoles ____________

24.5” x 49.5” File Cabinet in color complementary to consoles ____________

34” x 19” File Cabinet in color complementary to consoles ____________

36” x 48” File Cabinet in color complementary to consoles ____________