Loading...
HomeMy WebLinkAbout6. MANAGERS REPORT 4/4/06 Mount Prospe<.'t Mount Prospect Public Works Department INTEROFFICE MEMORANDUM DATE: MARCH 29, 2006 BID RESULTS FOR SEWER REPAIRS USING CURED-IN-PLACE-PIPE (CIPP) PROCESS ($995,874) TO: FROM: VILLAGE MANAGER, MICHAEL E. JANONIS WA TERISEWER SUPERINTENDENT SUBJ: Background In the current budget, staff requested funds to continue the combined sewer system repairs. These repairs were identified during the combined sewer system evaluation study (CSSES) completed in 2004. In total, almost $15 million worth of repair work has been slated. This work primarily consists of rehabilitating existing sewer main pipes using a no-dig, cured-in- place-pipe (CIPP) process. However, some sewer pipe segments have significant structural defects that can only be effectively repaired by excavating and replacing segments of sewer main (spot relays). To facilitate this work, staff has prepared two (2) separate bid packages. One package was designed to secure interest in rehabilitating sewer mains using CIPP. The other bid package was drafted to procure the services of a sewer excavation contractor capable of replacing structurally failed pipe. Both of these bid packages are oriented towards repairing the worst pipe defects (Category 5) identified in the CSSES. This proposed work, along with the rehabilitation work performed last year (2005), should result in the elimination of almost 95% of the worst defects (Category 5) in our combined sewer system. In addition, each year the Village also repairs a portion of the separate sanitary sewer system. This work also utilizes the CIPP process. This separate sanitary sewer work has also been included in these bid packages. Distinct funds were appropriated in the current budget for these improvements. This memorandum presents the results of bids for CIPP work. Bid results for spot relays will be presented via a separate document. The scope of work planned for the proposed CIPP award is outlined in Attachment A. This year's proposed project features 22,298 lineal feet of lining work in pipes ranging from 8" to 30" diameter. Page 2 of 2 BID RESULTS FOR SEWER REPAIRS USING CURED-IN-PLACE-PIPE (CIPP) PROCESS ($995,874) March 29, 2006 Bid Results Prior to letting, three (3) invitational bids were distributed to area contractors experienced in the CIPP process. In addition, public notice was posted in a local newspaper as required. One (1) additional firm requested the bid package. Sealed bids were received until 10:00 AM on Monday, March 27, 2006 at which time they were opened and read aloud. Three (3) bids were received. The bid results are as follows: $995,874 $1,054,812 $1,105,501 Discussion Staff has evaluated all bids and determined that all bids received are responsive to the request. All bidders submitted the required bid securities and appropriate references. The apparent low bidder for the proposed CIPP work is Kenny Construction of Wheeling, Illinois. Kenny Construction has previously worked for the Village performing CIPP relining. The firm performed all work and has honored all warranty claims in a satisfactory manner. Recommendation I recommend awarding a contract for the 2006 combined and sanitary sewer repairs using the CIPP process project to Kenny Construction Company, Inc. of Wheeling, Illinois in an amount not to exceed $995,874. Sufficient funds for this proposed contract exist in the current budget. Matt Overeem I concur. I~LK Director of Public Works MO/SPD H:IWaterlcipplCIPP board report 2006rev2.doc CC: Deputy Director of Public Works Sean Dorsey Village Clerk Lisa Angell Jrj,l! rf I. .I. I if --+<~!.- ~: ""0' T -.0 / ,Ii jif w, r~~ ~ 'J;;i C\ ,,:. ~> ___ " Vi3 i CJ mluo ~o " L ~ .L.'"" ~ .....~" ~~~ m... 5 ~~ \~\~~n"'\ ~.l..~~~J 1"": ! ~ 0'" J.j, .__J ~ i ~O. ~RTY~~ r~ ., i . \&;~. 01 T P t::: y~m. ~ ~ la,. ~_ I". 1 ~ 'K" ' '\ ~ \, \ ~~ OAjooogJ ~ · ! z .ff/'''' ~H"~ I ~ 5J d ..;....1 J):;~~.,. ~ \ 'J """ ~ -~J~ , L ., E~ S, /~ '1 t~~ - s:;~ ~ OR ~ i ~ ~~~~~ORO I; : -":' · n ~ "'" . ~ :,"TENH~L m H~ ~ fl ~ ~ ~\! ~~- ~ .."... C' 1- -~ I " ~ ~ "~ ...._so ~ ~~F-' ~ '"'~~ '\ \\!:~ '~~ , LS OR 0 I ~ jI Hn,AV v. m........... I.. r----.~~..) LAO DR .~ l...,..o. .';1. 1rP"'7T w'rr ~ : w~,.". AV ~ ..I. ,,1. t' ~ . ''''" HAV o ! If.! ~ lAT~~~"!8; ~,,~ ~ 1 1 ~~ g 'If""-" e r-r ." 1 ~ '\I ~ < <NH ",-", m L,"~:--. ~ in. · ;" A J; i e ~" . .LlH NO; ~ ~ ~ S = ~ h~LN WIO -I! bow H"~"- ~ ~ ~ :: ~ ~ r- ?' i"'o ~ ;;;:.... """'" n r I A M"]!!!LNGOR ~ Ii ~ ~ 0.;. JR!!:W. A CT ~~= ~ ~~ ..L.... I~ ~ ~ ' .., it i.i'V' .~~~; ~ n ~ I ....-Z~ Iii ~ ~ E ~ ~ 1 ~ ~D ~ ~ .V.~'M r-- ...l.. ~,--., ~ 5" w..~~...SH':'" ~ ~ i ~ ~ ..."". L"...l ~).(: ~ ~l4o. ~ rl ~ -," 6 i WLONNQUISTBl.V i! " ~ n ~ ~ I Q9CJ ~ _L_,. \ I ~ WI "SO n","..n.~ . ~ €1-6 ~~ ~ rr ~ I~ r so \i!Y ~ i 0 ~ r--- "11 0""; n ~ ; r "m" I II 1.1 U,. ~RELj I il <; 7 -ll1I.1G;" . '""-'-"" N ".J ..- so ~ 0 ....~ '" t---' ...._u JR" i > 0 ! ~ [IT:;-~ 'r:;nlnE~ :il 8~ D c ~ l ~ ~ JJ~ zo g:;;t::; Ii-' fre- z \< ~ :~~~ ~pGE i ~~ ~ ~c~ ~ ~ w ~ OIQe UT c..., ~~ ~~ "-." ~UJ I~ d~,~(fP . '\~ -' _CT \ ~ I l ~ ~ ~ -~FORE~ ~ ~ \ ~ ""ARGLH ~\J I' \ , ~I ~ d . )" .~L,,"= i ~ Yo? 0 I b ..>> a ~RD cI r.ciIi 0 o 'FRAN N I~ __ TElUIMALDR r ~ 1-~ ; i ~ 3 Attachment A 2006 Sewer Repairs Using Cured-In-Place (CIPP) Process Sa1INOLE LH WCAMPMCDONALORD 3 ~r ~'5 ! i~{o d~' ~a'~" ::~g ~~ :::_~ P:L "..-MONLN ' ~~o ~ ~ ;;;; ~~ ~ ~ ~~:::E~ NPI. WEU IDA: _-.WIMBOLTONDR12.PlCADl YCIR ~.#' STRA"'OF>" ~ "-""" DPL ~)( ~I :~. r~ jf- ~l EElJCUDAV :z Lw.o... ~ 0 e~LN 1, ~ ~4'~'~ ~ ~ I--- I." ~ t-- ~~ ""~_ w..... ..~........,; ~~~~ i~~ DD ~~ ~-I; i ~!; ~ ~ E ff" <. 5\\ '" ~LH '" ! < ST '\ d... i \ --.. y. "" W I","",~ . ....... ....... Pi WCENTRAL I .......... Jo ! """""" AV........' ~ Ir 1-- 60. - ....- SEWER LINING OAKTON ST OAKTOPf &T Mount Prospect Mount Prospect Public Works Department INTEROFFICE MEMORANDUM DATE: MARCH 28, 2006 BID RESULTS FOR SEWER LINE SPOT RELAYS ($125,000) TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: WATER/SEWER SUPERINTENDENT SUBJ: Background In the current budget, staff requested funds to continue the combined sewer system repairs. These repairs were identified during the combined sewer system evaluation study (CSSES) completed in 2004. In total, almost $15 million worth of repair work has been slated. Some sewer pipe segments have significant structural defects that can only be effectively repaired by excavating and replacing segments of sewer main (spot relays). The majority of the sewer rehabilitation is being performed using the cured-in-place-pipe (CIPP) process. To facilitate this work, staff has prepared two (2) separate bid packages. The bid package was drafted to procure the services of a sewer excavation contractor capable of replacing structurally failed pipe. Both of these bid packages are oriented towards repairing the worst pipe defects (Category 5) identified in the CSSES. This proposed work, along with the rehabilitation work performed last year (2005), should result in the elimination of almost 95% of the worst defects (Category 5) in our combined sewer system. Each year the Village also rehabilitates the separate sanitary sewer system. Some of this repair work also includes spot relays. This separate sanitary sewer work has been included in these bid packages. Distinct funds were appropriated in the budget for these improvements. This memorandum will present the results of bids for spot relay work. Bid results for the CIPP work will be presented via a separate document. The scope of work planned for the proposed Sewer Line Spot Relays award is outlined in Attachment A. This year's proposed project features eight (8) point repairs, seven (7) new or replacement manholes and a seventy (70) lineal foot section of 21" diameter sewer. Bid Results Prior to letting, three (3) invitational bids were distributed to area contractors experienced in the sewer construction. In addition, public notice was posted in a local newspaper as required. Five (5) additional firms requested the bid package. Sealed bids were received until 10:00 AM Page 2 of 2 BID RESULTS FOR SEWER LINE SPOT RELAYS ($125,000) March 29, 2006 on Monday, March 27, 2006 at which time they were opened and read aloud. Four (4) bids were received. The bid results are as follows: $112,700 $136,630 $139,830 $217,675 Discussion Staff has evaluated all bids and determined that all bids received are responsive to the request. The bid received by Lifco Concrete Contractors did not include pricing for all items. As the firm was the highest bidder, this bid irregularity is not of concern. All bidders submitted the required bid securities and appropriate references. The apparent low bidder for the proposed spot relay work is ALamp Concrete Contractors of Schaumburg, Illinois. ALamp Concrete Contractors was the low bidder for the 2005 Spot Relay work and performed their work in a timely and professional manner with no outstanding issues. Staff also recommends the inclusion of an approximate contingency in the award for this proposed contract due to the fact that the bid quantities are estimates and actual field measurements will vary. In this instance, staff suggests adding $12,300 contingency to the contract award. The total recommended award would be $125,000 ($112,700 base award plus a contingency of $12,300). Recommendation I recommend awarding a contract for the 2006 Sewer Line Spot Relays to ALamp Concrete Contractors, Inc. of Schaumburg, Illinois in an amount not to exceed $125,000. Sufficient funds for this proposed contract exist in the current budget. ~~e~ Iconc~ '<~Ien R. Andler Director of Public Works MO/SPD H:\Water\cipp\Spot Relays board report 2006.doc CC: Deputy Director of Public Works Sean Dorsey Village Clerk Lisa Angell File Attachment A 2006 Sewer Line Spot Repairs \.~$ TAATf ~PL f CI. ~OPl. Jnd! III If ~) . ~o /<&\~ ~ .~^~~rd L l Q C\ ~~TR' ..<<o"if;' I... : ",0 ~~ C1 ~ '\ + i3'. iDe " L J I ......-.. ~'i6WJ'I. ~ ......_1. ~\. X m..m 3 'f""eo,f,. I ". ~ ~~ 1::'w~o o. L ....... Jr' ! ~=cc~.~~~'"~UI ~~ ~~1\~~} \.. <:,. ."If. .;--'.~ \--.<-0- "';;;:e."... ~:S:D ~ · eT r T ~' ~ - ~ 1% iiI Et<ENSlNG..........." 0' ~\ 6 ...~\( ~~ ~~) ~ ~ ,~ 1. APPLE CT 2. ORANGE CT 3. PLUM CT 4. a..OVE err 5. NUTMEG CT 6. APRlCOTCT 7. PERlllMMON LN W CAMP MCDONALD RO <;7"l r-'" rf#:' ~ ~II:' Z 11 ~ , 4 . . 6 '; s....>l~....7 O'l .. 1.FAIRfll~ opL " <I 2.PARlJoIlM NTPL o ~~~ Pp~ ~ 5.COVENT PL ~ . RALElO. L <:::> T.~~!L Q b 8.MANaHl PL ~ lJ ~D.~~ ~p~ 4;> 11. DOVER L UJ'''BOLTON DR 12. P1CAD! YClR WEU ID E EUCUOAV ~ t- ~o ~ ~'" ~ ~ ~ ! 't.. i '" ,gA"" ~t:e ~ i " ~ ~ ~~ '~OR~ '\. ~.......~ ~ , 'i ", ..\ \? EU~~ I~ ~ i 1\ ~,: neRO...",", II ! ~SL:T " ~ f '\ CSN,....~L ~ "'" R n ; ~ ,\ \ I H~ml tl~ ~ ~ ~ ~ ~nD ~ i .".... ECSN1RAI.NO · ~ ~ i ~ i 5.J \:) ,,~ ~ ~ ~ 1 I-- W GREGORY Sf ~... 'i!~ ~. W~ JM~~LN~ ~i ~!~ .....".. . I~ : ..... I~ ~ .1- ~~.> · ~ ST' 13 ~ wl""ml . ~ " ....... . ~ """'foo " ~ ~ \ rr~ ~ "'~ ~ 'RE'fI' Ii Z ~ ~ \.~~ ~ !., LE OR ~~ ~ '-rr 0 M . I' ~........... F I f '''"'\;' LAG OR ~.~ \""o.oo'~ ~- w.~ ~ ..,,,, oV > !l._.. ~ ""'"NA" 1m ~t;.~' l' :'1~"!$!,~ I l ~ ~ ......:'(~ I .,..., J ~ ~ " I Ih ~ PL < b".I_... ;"~~ I Il! \ r; i ............... ,.; l~'" LNST ~ ~ ,_ "h" "'G~~ ~~v v1~ ~ ~ ; -rr ~~ "",y.eT"'"'"" ~ .....~ ' y MOEH,-!!-"'~ 118 ~~........ 1"'\"'0 CT i i ~ ..,... .L...." Y rtrt I-~ ._ ~ ~ ; ~ l'"""" .- Ii' 'CV~" ~ : E ~ 1 ~ i ~ . 'I'" ~ /"'..... ~~'E""-'''' .~ ~ I c:::li> 1 .'~'RU '=""'mR WLCNNQ",BTBLV ~ ;w~~ ~""""t<r".. ~ ~ ~~ '=: ", r= iu1>'"! ~ ,i '1 ~~r !. -.... (t-I · ,-' tJ!....i ! -a> ...... .".Ji NO f ~ ~~ lEV. -~. L .J,R' ~ > ; ! ~ s'r~i ~ p:;nm(~ g .. p ~ z ~ [ll ~ ~ ~ 0 ~IAPE'~R 'i_ 'i;ll. ~ S ~ .. CT t:.-J c::::; I ~i ~.","""'",,"",' ~ ~ z .....z... ~ ~ ~c(":J ~ ~ I~ J ~ c_ TOT 0 I t:I Jl D ~RO C ~ n o . ,..... ~ ~ COMBINED SEWER SPOT REPAIR OAKTON 5T OAKTON 5T ___.._. ._,_~",,,,,,,,,,,,,,,,~""'~~7.''''''''~.~''..~._-- . - -.-.---.".----------~-~-- 1\1ount Prospect ~ Mount Prospect Public Works Department INTEROFFICE MEMORANDUM FROM: SUPERlNTENDENT OF STREETS & BUILDINGS ~b vtt'" .-t f ~ Dc... TO: VILLAGE MANAGER MICHAEL E. JANONIS DATE: MARCH 30, 2006 SUBJECT: SEALED BID RESULTS FOR THE 2006/7 SEWER CATCH BASIN & INLET REPAIR CONTRACT (NOT TO EXCEED $38,000) BACKGROUND This bid is for our annual contract for sewer catch basin and inlet repair. Many of our older structures are made of brick and, with time, the mortar or brick deteriorate, requiring patching, reconstructing, or total replacement. The repairs are usually made with concrete adjustment rings or precast cones to minimize future deterioration of the mortar joints. This work is usually completed by late August to make sure all structures are in good repair for the fall rainy season and to minimize any possible winter failures. This proposed agreement is for a 2-year term concluding at the end of2007. BID RESULTS Sealed bids were opened at 10:00 A.M. on March 28, 2006 for proposed sewer catch basin and street inlet repairs. Bid prices were based on estimated quantities of 30-35 structures to be adjusted, reconstructed or replaced. Invitational bids were mailed, and a bid notice was placed in the local paper. Five bids were received, and bid results are as follows: Bidder Lampignano & Son Construction Co. Lifco Construction A Lamp Concrete Cont., Inc. Martam Construction, Inc. Meridian Construction Co., Inc. Bid Price $44,150.00 $55,700.00* $56,175.00 $57,000.00 $57,393.25 * Found a math error in bid which increased bid to $55,700.00 from $44,900.00, confirmed with owner. The adjustment does not change bid results. H:\Administration\BlDS\RESUL TS\BASNREP2006. 7RES.doc Page two 2006/7 Sewer Catch Basin & Inlet Repairs Bid Results March 30, 2006 DISCUSSION The low bidder, Lampignano & Son Construction Co., worked for the Village in 2002 & 2005 performing the work satisfactorily. Quantities will be adjusted so that the total expenditure will not exceed the budgeted amount. Funds for this proposed contract are in the current budget, on page 251, account code 6105509- 540777, in the amount of $30,000, and on page 252, account code 6105510-540777, in the amount of $8,000. Total available funds are $38,000. Funds expended in 2007 will not exceed the approved budget amount. RECOMMENDATION I recommend acceptance ofthe lowest bid as submitted by Lampignano & Son Construction Co. for a sewer catch basin and inlet repair contract for an amount not to exceed $38,000. 9~ cVtvWJ Paul Bures Superintendent of Streets & Buildings I~ bIen R. Andler Director of Public Works PB c: Director of Public Works Glen R. Andler Deputy Director of Public Works Sean P. Dorsey File H :\Administration\BIDS\RESUL TS\BASNREP2006. 7RES.doc Mount Prospect ~ Mount Prospect Public Works Department INTEROFFICE MEMORANDUM FROM: SUPERINTENDENT OF STREETS & BUILDINGS 15~.~\" *h~ TO: VILLAGE MANAGER MICHAEL E. JANONIS DATE: MARCH 30, 2006 SUBJECT: SEALED BID RESULTS FOR THE 2006/2007 BRICK PAVER-SEALING CONTRACT (NOT TO EXCEED $10,300) BACKGROUND This bid is for sealing of brick pavers in our downtown streetscape walk area. The sealing of brick pavers is necessary to keep the brick color from fading and to seal out moisture, dirt, oil and paint that might otherwise get imbedded into the brick. Sealing also extends the life expectancy of the brick walk and facilitates cleaning. This proposed agreement is for a 2-year term concluding at the end of 2007. BID RESULTS Sealed bids were opened at 10:00 A.M. on March 28, 2006 for the proposed 2006/2007 brick pavers-sealing program. Bid prices were based on estimated quantities of 9,000 square feet. Nine invitational bids were mailed, and a bid notice was placed in the local paper. Three bids were received with results as follows: Bidder Advanced Pavement Technology Copenhaver Construction, Inc. Alaniz Landscaping Group Bid Price $ 8,880.00 $27,000.00 $40,950.00 H:\Adm inistration\BIDS\RESUL TS\brickpavsea1.2006. 7 .res.doc Page two 2006/2007 Brick Pavers-Sealing Bid Results March 29, 2006 DISCUSSION The low, qualified bidder, Advanced Pavement Technology, took no exceptions to specification requirements. Advanced Pavement Technology held this contract the past three years and completed the contract satisfactorily. Funds for this proposed contract are in the current budget, on page 206, account code 0015104-540510, in the amount of $10,300. Quantities will be adjusted so the total expenditure will not exceed the budgeted amount. Funds expended in 2007 will not exceed the approved budget amount. RECOMMENDA TION I recommend acceptance of the lowest qualified bid as submitted by Advanced Pavement Technology for the 2006 brick paver-sealing contract in an amount not to exceed $10,300. 9~ GJWWJ Paul Bures Superintendent of Streets & Buildings ~ Glen R. Andler Director of Public Works PB c: Director of Public Works Glen R. Andler Deputy Director of Public Works Sean P. Dorsey file H:\Administration\BIDS\RESUL TS\brickpavsea1.2006. 7.res.doc Mount Prospect Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: STREETS & BUILDINGS SUPERINTENDENT DATE: MARCH 29, 2006 SUBJECT: SEALED BID RESULTS FOR THE 2006/2007 PAVEMENT MARKIN CONTRACT (NOT TO EXCEED $49,750) BACKGROUND A contract is let annually for repainting markings for crosswalks, centerlines, lane dividing lines, parking stalls, and stop bars throughout the village. Pavement markings require repainting and installation of glass beading every two years to maintain their reflectivity. For purposes of this contract, the village is divided into north and south sections using Central Road as the dividing line. These areas are serviced every other year, with the exception of the downtown area and parking lots, which are done annually. On the state highways we are only responsible for painting some of the crosswalks and stop bars. This proposed agreement is for a 2-year term concluding at the end of2007. BID RESULTS Sealed bids were opened at 10:00 A.M. on March 28, 2006 for the proposed contract to install pavement markings. The pavement marking work contemplated this year will be for all areas south of Central Road, the downtown business district, Wolf Road, and select areas on state highways. Five invitational bids were mailed, and a bid notice was placed in the local paper. Five bids were received, with bid opening results as follows: Bidder Bid Price Preform Traffic Control System, LTD. AC Pavement Striping Co. Marking Specialists Flint Trading, Inc. $53,101.46 $78,255.44 $82,849.30 No bid letter X:\ADMINSTRA TIONlBIDS\RESUL TS\P A VEMKING2006/2007.REC.DOC Page two Sealed Bid Results for Pavement Marking 2006/2007 March 29,2006 DISCUSSION The bids received were based on estimated quantities, which will be adjusted so the total expenditure does not e,xceed the budgeted amount. Funds for this proposed contract are in the current budget on page 206, account no. 0505104-540535, in the amount of $44,290; page 212, account no. 6205110-540565, in the amount of $3,275; page 213, account no. 6305111-540565, in the amount of$2,185. Total budgeted amount for 2006 is $49,750. . Funds expended in 2007 will not exceed the approved budget amount. Preform Traffic Control Systems, Ltd. has been awarded the pavement-marking contract from 1997 thru 2005. They completed the work successfully each year. RECOMMENDATION I recommend acceptance of the lowest bid as submitted by Preform Traffic Control Systems, Ltd. for an amount not to exceed $49,750. 9cu-P 6VtvWJ Paul Bures Streets & Buildings Superintendent Icon~< "' Glen R. AndIe Director of Public Works PB c: Director of Public Works Glen Andler Deputy Director of Public Works Sean Dorsey file X:\ADMINSTRA TIONlBIDS\RESUL TS\P A VEMKING2006/2007.REC.DOC VillAGE MANAGER MICHAEL E. JANONIS WA TERISEWER SUPERINTENDENT MARCH 28, 2006 RFP RESULTS I WATER METER INSTAllATION, TESTING, AND BUllDIN INSPECTIONS ($69,070) BACKGROUND In order to maintain the accountability of water consumption annual water meter testing, replacement, and repairs are routinely performed. To accomplish this task, a 36-month contract agreement has been written to install, test, and repair, Village-owned water meters on a contractual basis. In addition, private building inspections on residential sewer systems are completed, during the water meter replacement, to inspect for improper sewer connections. Approximately 750 water meters are annually targeted for replacement under this contract. Additionally, approximately 100 water meters installed on water lines servicing our larger customers will also be tested annually. We also expect the contractor to perform over 750 inspections on internal sewer systems of private buildings. As you know, these inspections are mandated by the Metropolitan Water Reclamation District of Greater Chicago (MWRDGC) and are part of our overall sanitary sewer operation/maintenance program. Mount Prospc<.;t TO: FROM: DATE: SUBJECT: Mount Prospect Public Works Department INTEROFFICE MEMORANDUM RFP RESULTS A Request for Proposals (RFP) was prepared by staff and sent out in March 2006 to three (3) water meter service vendors. All three vendors responded to the village. Two (2) responded with proposals but one had several exceptions to the RFP. One vendor, Water Resources, Inc. responded that they were not able to make a proposal at this time. The results of this RFP are as follows: Contract Item HBK Water M.E. Simpson Water Meter Service, Co., Inc. Resources, Inc. Inc. Standard 5/8" x %" $52.00 No Proposal No Proposal Meter Replacement Residential Building $38.00 No Proposal No Proposal Inspection Meter Test 1-1/2" $96.00 $150.00 No Prooosal Meter Test- 2" $110.00 $235.00 No Proposal Meter Test, Repair & $165.00 $385.00 No Proposal Retest w/o oarts 2" Page 2 of 2 RFP RESULTS /WATER METER INSTALLATION, TESTING AND BUILDING INSPECTIONS MARCH 28, 2006 DISCUSSION HBK Water Meter Services, Inc. has been our water meter contractor for the last 16 years and has an outstanding record of service with the Mount Prospect community. Their conscientious work habits reflect both their and our commitment to customer service. RECOMMENDATION I recommend that HBK Water Meter Service be awarded the proposed 36-month contract for specified water meter services in an amount not to exceed $69,070. Funding for this proposed contract may be found in the current budget. The total available funding for years 2 (2007/2008) and 3 (2008/2009) of this contract will be limited to budget levels approved by the Village Board. ~ Matt Overeem I concur. ,~ Director of Public Works MO/SPD H:\Water\bid spec\water meter k recommendation 2006.doc CC: Deputy Director of Public Works Sean Dorsey Village Clerk Lisa Angell File MOlmt Prospect Mount Prospect Public Works Department ~ INTEROFFICE MEMORANDUM DATE: MARCH 30, 2006 PROFESSIONAL SERVICES FOR CURED-IN-PLACE-PIPE (CIPP) AND SPOT RELAY WORKS, BAXTER & WOODMAN ($91,500) FROM: VILLAGE MANAGER, MICHAEL E. JANONIS WA TER/SEWER SUPERINTENDENT TO: SUBJ: Background In the current budget, staff requested funds for continuing the combined sewer system and separate sewer repairs. The combined sewer repairs were identified during the combined sewer system evaluation study (CSSES) completed in 2004. In total, almost $15 million worth of combined sewer repair work has been slated over the next several years. The CSSES was performed by consulting engineer, Baxter & Woodman of Crystal Lake, Illinois. Due to the scale of this project, literally a multi-million dollar, multi-year effort, staff is recommending the use of a consultant part-time to assist Village staff in the oversight of this program. The program for 2006 includes the 22,298 lineal feet of cured-in-place-pipe (CIPP) project and the spot relay repairs project. The work in 2006 is estimated to cost $1,250,000. Discussion Baxter & Woodman prepared the initial study that provided the Village with detailed information about the integrity of the Village's combined sanitary sewer system. Their report recommended the formation of the rehabilitation program that is now in its second year. The firm is very familiar with the Village's infrastructure rehabilitation program and is attuned to our customer oriented work philosophies. With the start of the more aggressive CIPP program that is approximately three times larger in quantity than previous years and with the bid packages requiring additional materials testing and reporting; staff is recommending the use of consulting engi,neer, Baxter & Woodman on a part-time basis to assist with these projects. At staffs request, Baxter & Woodman has submitted a proposal to supply limited engineering assistance after contract award that includes half-time oversight of the CIPP project, 100% construction observation of the spot relay work and overall contract administration for both projects. Their proposal amounts to a not to exceed total of $91,500. Engineering services for this type of work usually range between 8-10% of the overall project costs. In this instance, this engineering services proposal is fair at approximately 7.32% of the overall project budget. Page 2 of 2 PROFESSIONAL SERVICES FOR CURED-IN-PLACE-PIPE (CIPP) AND SPOT RELAY WORKS, BAXTER & WOODMAN ($91,500) March 30, 2006 Recommendation I recommend that the Board authorize a contract with Baxter & Woodman, Consulting Engineers of Crystal Lake, Illinois for engineering assistance with the Sewer Line Spot Relay Repairs and the Sewer Rehabilitation using CIPP Process projects in an amount not to exceed $91,500. Sufficient funds for this proposed contract exist in the current budget. ~~~ Matt Overeem I concur Glen R. Andler Director of Public Works CC: Deputy Director of Public Works Sean Dorsey Village Clerk Lisa Angell H:/water/cipp/BaxterWoodman board report 2006.doc ~ " MOUNT ~ ~RDSPEC~ ~ M".,. ~. PI" , " F~" '"ie, ,0:; . $ A" 'i; ~ E &' :. f,.At l;(f\\k'h&. ",. ~i r~',; '0 r .::'&,': L{(:'l~n:, J.i~Ql'e~, '~;...bl~/ ..]), ""OJ' ' 'd, g, "m".! "'etD'. '., ,~'" ,,~..w_'^, t b '" ~ 0 % 1 Ii....";, ~ t $t ~ ,t;f% 1" j.: i ~"',k ,forr ._ "",,~' ,,_ ,,'0 _""" .. ", "'.., ' ".. " .. .. '.'.~' "" J,:"'< '~:>., ~ ,.. . ....." ,-"," "-'" .....,..' .,., ""< !;J ~'."""",""'''",'.' ',,'''', "'...__~. ."_'.,' ._~'~ ,......_"'.. ..,,_'OM ,_ ..,._......,., _~ _ .' "~..," ........., ._ _', '". ."'_...,.__,....",....... _' .' ,,... ,~~" . ..."~~",~...'._~,,,.,.;.....-,-...i.C',"'"~.., '''''''''~.'"',\ ,"~..,._..,.;.,;_'n _,_.-,'."'..._,.."...., ..;._.....,,~....._... "',". ~,~_., ,~. ..,'Ow. "'.'".,~"'...,...,~_,. .. ,v.;"M~'''" 'w.' "it 1:0', 'mn' 'i@'tB'''~e' Me" ,f m. '~. , " ,.' ',"_' :,',.;. ~ ',_ ~,; ~....~ ," ','''H' " ~ ", . , , .' ~ ~ <c " ~ "". '. '.- , -' ~ -, f' .",_ ',. ':'" i'" .,,",'- .,.j, ~.h' .~, ... ..<i. ,"' '"/ ,,~,..A "" ^', ,.:', ,'_ ""~ FROM: MICHAEL J. FIGOLAH, FIRE CHIEF ~~ 6JJ~C ";b DP ~ ~ ~1>I'1'U~ \U.;~lrroW ~.~. · TO: MICHAEL E. JANONIS, VILLAGE MANAGER DATE: MARCH 20, 2006 SUBJECT: EMERGENCY PURCHASE N-95 MASKS Pandemic influenza is a real threat to the world that may find its way into most communities in the near future. Like the health community at every level, I recommend preparing for this virus by purchasing N95 compliant particulate masks that could be used by our police, fire and other Village employees that have direct contact with the public. The. current virus that threatens the health of millions worldwide is referred to as (1..,. ~cJe the H5N1 or Avian Flu. Last Friday I attended a presentation that was sponsored .. by Governor Blagojevich in Rosemont that discussed the National and Illinois ~ _ ~ A Pandemi~ Influenza Response Plan. U.S. Secretary of Health and Human Services fC'IG"'''- Michael Leavitt and other medical professionals provided an overview of this influenza and the potential threats. The presentations included the following ~'O information: ~ LI 1. Pandemics have occurred since Hippocrates r' 4oa..Af'" 2. There have been 10 pandemics recorded in the last 300 years r... 3. The last pandemic was in 1968-69 (Hong Kong flu) C,6.b 4. The 1918 (Spanish flu) Influenza Virus was carried by avian species and evolved to human-to-human transmission. The 1918 influenza infected 200 million to 1 billion people; 50-100 million died. 5. The H5N1 virus has stricken 166 people and killed 88 since July 2003. 6. The H5N1 virus is carried by avian species, but is not genetically competent of being transmitted from human-to-human. However scientists are watching carefully for the current virus to mutate that will allow human-to..; human transmission. 7. The migrating infected birds are expected to arrive in Alaska within the next 2 weeks. 8. Every year in the United States, five to 20 percent of the population develop influenza; 36,000 die 9. Most estimate that 20 to 60 percent of the world's population will become infected during the next pandemic I:\MF-Emergency Purchase N-95 Masks-MEJ.doc ;,, TO: VILLAGE MANAGER SUBJECT: EMERGENCY PURCHASE N-95 MASKS MARCH 20, 2006 PAGE 2 Vaccination of influenza is the optimum preventative measure; however, a vaccine is not available for the current H5N1 virus. The next preventative measure recommended is to protect workers and patients with mask/respirators and gloves. Gloves are readily accessible from many manufacturers. Masks are not as readily available therefore I recommend the purchase for a disaster stockpile. You may recall the SARS virus in the Far East where everyone in the public wore masks. These masks are intended for internal use and not for public distribution. Several municipalities have expressed interest in a joint purchase to reduce cost for the masks that normally cost $1.12 each. Northwest Community Hospital has offered to place the order through their supplier, which should further reduce the cost. The Northwest Community Hospital cost has not been verified at the time of this memorandum. The fire department does not have funds available for this purchase and thereby request a funding source. I recommend the purchase of 10,000 N-95 masks in an amount not to exceed $11,000. MF Mount Prospect ~ Mount Prospect Public Works Department INTEROFFICE MEMORANDUM DATE: MARCH 31, 2006 TO: VILLAGE MANAGER, MICHAEL E. JANONIS FROM: DIRECTOR OF PUBLIC WORKS SUBJECT: PROFESSIONAL SERVICES FOR STREETSCAPE DESIGN ENGINEERING, V3 COMPANIES OF ILLINOIS, L TD (NOT TO EXCEED $43,700) Background In the current budget funds have been allocated to continue installation of Streetscape Improvements in the downtown area. As you will recall, the Downtown Streetscape Program includes replacement of existing sidewalks with brick pavers, repair/replacement of curb and gutters, installation of handicap accessible ramping, parkway plantings, pedestrian and roadway lighting, benches and trash receptacles. Beginning with Phase I, which was installed in the early 1990's, Phase II & III and most recently Phase IV, the entire black around the new Village Hall, V3 Companies of Illinois has provided all design and construction engineering services for all phases of Streetscape. Discussion V3's successful completion, professional experience and over all commitment to our Streetscape Projects over the years, is why I have requested them to submit a proposal to design this years Downtown Streetscape Project. Services will include preliminary design, streetscape construction document preparation, electrical and utility construction documentation preparation and permitting. The areas scheduled for improvement are: the east side of Emerson between Central Road and Michael's Restaurant; the west side of Emerson from Busse south along the new "Emersons" Development; the south side of Busse from Emerson to Route 83; the east side of Route 83 south of Busse Ave to the exiting streetscape area; and the west side of Route 83 south along the proposed "Blue's Brothers" Development. There is a total of $700,000 budgeted for this project. Recommendation V3 has submitted a proposal to supply design engineering services for a not to exceed fee of $43,700. Typically I would expect design fees for similar streetscape improvements to be approximately 10% of the estimated construction costs. V3's fee of $43,700 is approximately PROFESSIONAL SERVICES FOR STREETSCAPE MARCH 31, 2006 PAGE 2 7% of the estimated $620,000 construction cost. It is my opinion that V3' s fee is competitive, responsive, and indicative of their desire to continue working with the Village to complete this Downtown Streetscape Project. Therefore, it is my recommendation that we accept V3's proposal and the Village Board approve a streetscape design engineering contract with V3 Companies of Illinois for an amount not to exceed $43,700. Sufficient funds for this proposed contract exist in the current budget. ~ C. William Cooney, Director of Community Development H :IAdministrationIADMINISTREETSCAPEI V3 Recommendation 2006.doc ~ 0 0 0 JD J f!/; I~ 0 ~ [] G D C:J 0 b 0 ~ u ~ =p S ELMHURST AV = =-> ] 0 0 Do Dc J ::J Dc [J [Ie ~ 0 ~ 0 0 D '" ] D P =::J U oot<J c D 0 '" J 0 0 L:J 0 [J [J D[ ...rL., 0 D ---, .J"""I, ~D D D D ~ I I c.......,J c.....-J 0 - == SPINE ST N PINE ST = ~ b~ ODOD~ '~-~ ~ O~~DlqQD~O~[ ~ 0 _ ~ [DO ]Q 0 ~ r ~ I ~ ~ eLL C:O c:: L ~ ~ ~ U CCCo c OOOOOOODoO == ~ -----.. <>- = ~~! s~un' N WILLE ST H-( r5' fOL - 10 C 0 c!J 0 D --" ~ if ~ 0 .!l Iff ~ II ~ ~ ] C C [ [ c:: In r r b //2:: _ l ffU In cr ~ r' - S MAIN ST S MAIN ST N MAIN ST - Vlo ~ ~ D D D D Dn D[ J- m r 1Il c: Ul Ul m 0 0 0 ~ r::: [ 0 [ b L I ~ D I~ tJ [] 0 - D 0 IF 0 - - L:::J S EMERSON ST q h:} L_ m [[:== IfOe [J lJ 0 D c:JQ D (] 0 m z -l 0 ~ C 0 ~~~cCJ n r ] ~ 0 TI [0 UT C c 0 ~ l r C 0 [] ODDO~ 0 :J [] OD D ~GJ[J 0 LJ ~ )~~. S MAPLE ST N MAPLE ST 0 0 0 0 0 a u u 0 u 0 {J El D EJ 0 [] 0 cCJ 0 D 0 ~ 0 q .-/ [ 0 c: r::: D 0 0 ~\ ~ r- r-- 0 0 C~ c:: [ c:: i:" c:: 0 0 0 r '1 _I n I 1 I 00"'0 -1:::0 " :::00 ~ c: ::0 m"'O " 0 mO en -100 m 0 oom )> ::0 00 m )> )>N en "'00 mO 0) MOUNT PROSPECT POLICE DEPARTMENT FORMAL MEMORANDUM CHF 06-64 CONTROL NUMBER DATE: MARCH 15, 2006 TO: MICHAEL E. JANONIS, VILLAGE MANAGER FROM: CHIEF OF POLICE SUBJECT: REPLACEMENT EQUIPMENT FOR DICTAPHONE SYSTEM In 2002, the department entered into a lease agreement with Fleetwood Financial, a subsidiary company of Dictaphone, Inc., to lease a Dictaphone Freedom 8700 telephone recording system. The term of the lease was five years and is scheduled to end with the final lease payment in December 2006. The Dictaphone Freedom equipment is used to record all telephone calls received at the department's front desk. The Freedom system, which records and stores information in a digital format, has proven very efficient, experiencing no mechanical problems during its use. The lease payment format has proven to meet the department's needs in terms of costs and maintaining current technology. In 2005, Dictaphone, Inc. was purchased by Nice, Inc. The department was recently contacted by a representative of World Systems, Inc. an authorized sole source distributor of Nice, Inc. systems. World Systems proposes to replace our current recording system with the Nice "Mirra" digital logging system. The system is completely digital as is our current system but incorporates the ability to network the recording system and allows for extensive indexing of call information easing the ability to track and collect information. The indexing system also incorporates a caller 10 function into logging. The system does not require activator switches placed on each telephone currently needed by the Dictaphone system. These activator switches are prone to malfunctioning and have been replaced on numerous oc~sions at a significant cost. World Systems, Inc. is offering the replacement system on a five year lease at a cost of $3,082 annually with the first payment to be made in December 2006 for lease year 2007. Attached you will find a copy of the quote indicating system specifics as well as warranty and maintenance information. As mentioned, our current lease agreement . expires in 2007. As part of a new lease agreement, World Systems will buyout our final lease payment due in December 2006 for lease year 2007. In comparison, the cost to purchase the system outright with an additional four years maintenance is $9,179 plus $3,200 to purchase our current lease obligation for a total of $12,379. Page 1 of2 MOUNT PROSPECT POLICE DEPARTMENT FORMAL MEMORANDUM CHF 06-64 CONTROL NUMBER It is staffs recommendation to maintain a lease agreement for this equipment based on costs and the ability to easily upgrade to state of the art technology at the conclusion of a lease period. Freedom Financial, now a subsidiary of Nice, Inc., will lease the equipment to the department. Additionally, it is staff's recommendation to lease the Nice system based on its increased functionality and the fact that the system is based on Dictaphone technology which has proven to be highly reliable. Maintenance will continue to be available from the Dictaphone technicians now employed by Nice., Inc. Should you have any questions, please feel free to contact me or Deputy Chief Semkiu. Attachment R~t~ Chief of Police \\Pd\Users\MSemkiu\Main\My Documents\Equipment\Nice System 2006.doc Page 2 of2 N'lerE ED '!!.,,-=> WORD SYSTEMS, INC. Indianapolis · Chicago Fort Wayne Digital Voice Logging System PREPARED FOR: Mount Prospect Police Department PREPARED BY: Tim Walker 312-659-0284 DA TE: March 3 2006 QTY DESCRIPTION PART # ;E;J:\~;!gH~~i~9_~ji~P.:~~.t9#1:rl~;i?tjj;f(!~1YtfJg;;l'~;;H;i;'dj;:i(';j'i;4i<i[i~t'E:;'~1~i::~! <~b;;,;..;;;:f;. '\..cj'," t>{;'<";:?(Jff;f0':j)i:.j1:~~0:::':::;;.: 108-Channel Mainframe LoaaillQ SYStem bundle with; RA-MRB08 Dual DVD Archive (Fujitsu Direct Digital Tap) 3X Investigator Replay license 5 X NICE LMR license NICE Monitor license NICE Administrator license NICE Supervision license NTP Time Sync Five 9.4 Dual sided DVO's 2400 Channel Hours storage ea. On/off hook detection Live Monitor Application DTMF Detection (analog only) Beep tone insertion (analog only) Caller ID (analog interface) ANI/AU interface software; requires serial feed from call control system. UNIT PRICE EXTENDED .,.<"",.,...,.; .~',:';;::K~~]:3~~~Hl~:{t(*;~;ii/~, :::.tEW;)~fd\;~~<jt::::It)~~~~~~~:il~.~~}!} $5,500 $5,500 1 8 Beep Adapters per phone set DY-TLB-1 Buyout of Current Lease Four Year Extended Warranty Coverage= Total of Five years warranty Plus-4-GMA $3,200.00 $ 2,532 NOTES: TERMS:50'Y0 Due upon order / 50% due upon installation Fleetwood Lease Zero Dollar Buyout, First Payment in advance Annual Payment-5 Years. DELIVERY: Please allow 30-60 days from date of written purchase order for delivery. WARRANTY INFORMA TION: System fully warranted for 12-Months, parts and labor QUOTA TION IS VAUD FOR 90 DA YS Please make urchase orders to Word Stems, 9225 Harrison Parle Court Indiana olis IN 46216. FAX-317-544-2192 $3,082.00 Term: 24 Months 36 Months 48 Months 60 Months Monthly $580.44 Annual N/A $396.93 $4,643.12 $305.49 $3,568.60 $249.85 $3,082.00 APPROVED BY TITLE PO# DATE