Loading...
HomeMy WebLinkAbout6. MANAGERS REPORT 05/01/2007 Mount Prospect Mount Prospect Public Works Department INTEROFFICE MEMORANDUM FROM: SUPERINTENDENT OF STREETS & BUILDINGS &I~I~ 6101 TO: VILLAGE MANAGER MICHAEL E. JANONIS DATE: APRIL 27,2007 SUBJECT: SEALED BID RESULTS FOR THE 2007/2008 SODIUM CHLORIDE (ROAD SALT) CONTRACT ($50,000) BACKGROUND The Village of Mount Prospect has purchased salt through the State Joint Purchasing Agreement for the past 15 plus years. Last year salt prices throughout the State ranged from a low of $36.70 per ton to a high of $44.66 per ton. Prices varied by vendor and the distance from the salt yards to the point of delivery. Mount Prospect's cost was $44.66 per ton which was a 33% increase over the $33.57 paid in 2005/2006. Below is a table showing a "seven" year history of our cost for salt through the State contract. Over the past seven years our average annual increase has been 9%. "Seven year price history for road salt purchased through the State." YEAR COST PER TON VENDOR 2006-2007 $44.66 North American Salt 2005-2006 $33.57 North American Salt 2004-2005 $29.89 North American Salt 2003-2004 $29.89 Morton Salt 2002-2003 $31.96 IMC Salt 2001-2002 $31.96 IMC Salt 2000-2001 $25.61 Detroit Salt Company Historically annual increases through the State contract are strongly influenced by how much salt was used the previous season. This past winter was one of our highest salt usage years in some time (See attached salt usage report.). A total of5,635 tons of road salt were purchased compared to our average of 3,900 tons. Several communities around use do not purchase salt through the State contract and this past year paid significantly less than we did. Therefore we thought it would be worth the risk to solicit our own bids for salt this year. H:\Administration\BIDS\RESUL TS\SodiumChloride _Road _ Salt_l 2007 8 res.doc Page two 2007/2008 Sodium Chloride (Road Salt) Contract Bid Results April 27, 2007 BID RESULTS Sealed bids were opened at 10:00 A.M. on April 16, 2007 for the proposed 2007/2008 Sodium Chloride (Road Salt) Contract. Bid prices were based on estimated quantities of 4,000 tons of salt used annually. Five invitational bids were mailed, and a bid notice was placed in the local paper. Three bids were received with results as follows: Bidder North American Salt Morton Salt Cargill Deicing Technology Bid Price/ton $45.81/ton $47.56/ton $56.16/ton Total Bid Price $183,240.00 $190,240.00 $224,640.00 DISCUSSION Arlington Heights and Niles also went out for bids last year for their salt purchase. Their prices last year were $40.93 and $40.01 a ton respectively. Arlington Heights average annual salt usage is 6000 to 7000 ton. Niles usage is generally 3550 ton, but their usage this year was up 1,000 ton to 4,500 tons. Park Ridge which purchased their salt through the State at a price of $36.70 a ton also increased their salt usage from 2500 tons to 3500 for this past winter season. Both Arlington Heights and Niles received their salt from Cargill and Park Ridge had Morton Salt. The three main suppliers for salt in the Chicago area are the three companies that bid on our salt contract. The low, qualified bidder, North American Salt, took no exceptions to specification requirements. North American Salt held the State contract the past three years and completed their contracts satisfactorily. North American Salt's bid of$45.81/ton is a 2.6% increase over the last years State price of $44.66/ton. H:\Administration\BIDS\RESUL TS\SodiumChloride Road Salt I 2007 8 res.doc - - - Page three 2007/2008 Sodium Chloride (Road Salt) Contract Bid Results April 27, 2007 RECOMMENDATION I recommend acceptance of the lowest qualified bid of$45.81/ton as submitted by North American Salt for the 2007/2008 Sodium Chloride (Road Salt) Contract. Purchases for the remainder of 2007 are estimated at $50,000 and the 2008 purchase will be in the amount approved by the Village Board. Since our salt usage for the beginning of 2007 far exceeds our normal usage, a budget amendment will be needed to cover the $102,400 already spent for salt plus the estimate $50,000 for the end of the year. 9~ GJIAAt/J Paul Bures Superintendent of Streets & Buildings I concur: ~ 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\SodiumChloride _Road _ Salt_l 2007 8 res.doc " l""~ - Mount Prospect ~ Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: DIRECTOR OF PUBLIC WORKS GLEN R. ANDLER STREETS & BUILDINGS SUPERINTENDENT FROM: DATE: APRIL 23, 2007 SALT USAGE SUBJECT: This past winter we experienced an above average number of snow events, with the last snowfall on March 6th. We purchased a total of 5,635 ton and have approximately 600 tons in storage. Under the terms of our State contract, and based on our estimated request of 4000 tons, we purchased 140% of our estimated usage. Below is a four-year history of our salt usage and associated costs. 2006/7- Contract for 4000 tons @ $44.66/ton (State contract prices good Nov. 1, 2006 through April 1, 2007) Maximum order 5200 tons Minimum order 2800 tons No. of saltings to date - 29 No. of plowings to date - 16 Amount received to date 5,635 tons Cost to date $251,659 Total funds available 2006 - $21,786,2007 - $139,635 Currently we are $90,238 over available funds for road salt for 2007. We have also used 12,888 gallons (-4,000 gallons more than last year) of liquid Calcium Chloride at a cost of $6,952.00 and 22,100 Ibs, of sidewalk ice melt at a cost of $5,173.75. That brings are total to $102,363 over available funds for all de-icing materials used this year. We estimate we will need $50,000 for salt purchases this coming Nov/Dec 2007. 2005/6 - Contract for 4,000 tons @ $33.57/ton (State contract prices good Nov. 1, 2005 through April 1, 2006) Maximum order 5200 tons Minimum order 2800 tons No. of saltings - 23 No. of plowings - 6 Amount received 3494 tons Total cost $117,301.63. That was $82,318.52 under the 2006 budget amount Total funds for 2006 - $165,870 ($33,750.15 available from 2005). I:\WORD\STREET\SAL T1 2007 REP.doc 1 \ Page two... SALT USAGE April 23, 2007 2004/05- Contract for 4,000 tons @ $30.64/ton (State contract prices good Nov. 1,2004 through April 1 , 2005) Maximum order 5200 tons Minimum order 2800 tons No. of saltings - 25 No. of plowings - 13 Amount received to date 3778 tons Total cost $115,748.22. That was $48,568.37 under the 2005 budget amount Total funds for 2005 - $133,870 ($30,446.59 available from 2004) 2003/04 - Contract for 4,000 tons @ $29.89/ton (State contract prices good through Nov. 1,2003 through April 1, 2004) Maximum order 5200 tons Minimum order 2800 tons No. of saltings - 9 No. of plowings - 4 Amount received 3980.41 tons Total cost $ 118,974.45 Total funds for 2004 - $127,620 ?002/03- Contract for 4,000 tons @ $31. 96/ton Maximum Order 5200 tons Minimum Order 2800 tons No. of saltings - 23 No. of plowings - 8 Amount received 4380.81 tons Total cost $140,010.68. That was $27,659.13 under the 2003 budget amount Total funds for 2003 - $124,245 ($43,424.81 available from 2002) e~~MU Paul Bures Streets/Buildings Superintendent pb c: Deputy Director of Public Works Sean Dorsey I:\WORD\STREET\SAL T1 2007 REP.doc 2 Mount Prospect Mount Prospect Public Works Department INTEROFFICE MEMORANDUM FROM: SUPERINTENDENT OF STREETS & BUILDINGS ~'~, 5'1, 1 TO: VILLAGE MANAGER MICHAEL E. JANONIS SUBJECT: SEALED BID RESULTS FOR THE CARPET AND BASE BOARD REMO AND REPLACEMENT AT POLICE/FIRE BUILDING (NOT TO EXCEED $74,951.54) DATE: APRIL 27, 2007 BACKGROUND The Police and Fire Administration building is 20 years old and the carpeting is severely worn as the building is a 24 hour a day operation. We are recommending replacing all the carpeting and installing a carpet tile system as used in the Village Hall Board room. This will make it much easier to maintain and repair under the heavy daily foot traffic throughout this building. BID RESULTS Sealed bids were opened at 10:00 A.M. on April 23, 2007 for the proposed Carpet and Base Board Removal and Replacement at Police/Fire Building. Bid prices were based on estimated quantities of 1,536 square yards of carpeting. Five invitational bids were mailed, and a bid notice was placed in the local paper. Two bids were received and a "no bid" response form one ofthe vendors with results as follows: Bidder Mr. David's Carpet Service Central Rug & Carpet Co. Hendrickson Bid Price $69,951.54 $82,602.00 NO BID Floor leveline: if needed (TIM) $82.00/hour and 21.00/bag $ 112.00/hour and 18.50/bag H:\Administration\BIDS\RESUL TS\CarpetRepl P F 1 2007 8 res.doc Page two Carpet and Base Board Removal and Replacement at Police/Fire Building Bid Results April 27,2007 DISCUSSION The floor leveling amount will not be known until the carpeting is removed and was therefore bid as a time and material cost to be determined after the carpeting is removed. To level the entire 1,536 square yards of floor would run an estimated $10,000 above the quoted bids. We believe 50% of the area would be a high estimate for floor leveling and therefore are requesting funding at $5,000 over the bid price. The low, qualified bidder, Mr. David's Carpeting has worked with the Village on several previous projects at the old Village Hall and installed the current carpeting in the Police and Fire building and has done satisfactory work. Mr. David's Carpeting Service bid of $69,951.54 and an allowance of $5,000 for floor leveling would come to a total award of $74,951.54. RECOMMENDATION I recommend acceptance of the lowest qualified bid of $69,954.14 as submitted by Mr. David's Carpeting Service for Carpeting and Base Board Removal and Replacement at the Police/Fire building and an additional $5,000 allowance for possible floor leveling needs. Funding for this project is in the current budget on Page 285, in account 5107701-640001, not to exceed the amount of $74,951.54. 9cvJ GJWWJ Paul Bures Superintendent of Streets & Buildings I concur: ~- 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\CarpetRepl P F 1 2007 8 res.doc / Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS ~./~~ '5 t 0'7 FROM: VEHICLE/EQUIPMENT SUPERINTENDENT DATE: APRIL 24, 2007 SUBJECT: SEALED BID RESULTS FOR ONE FLOOR SWEEPING AND SCRUBBI MACHINE ($49,092.00) Background In the current budget, there are funds available to replace unit 4561.4561 is a 1996 Powerboss floor sweeping and scrubbing machine used by Public Works staff to clean the vehicle parking garage floor at the Public Works Facility, to sweep around the fuel island at Public Works, and on occasion sweep the public parking facilities at Village owned buildings throughout the Village. This unit is used seven days a week and fifty-two weeks a year. Reolacement Schedule 4561 was purchased in December, 1996. The Vehicle/Equipment Replacement Schedule for this sweeping and scrubbing machine is 10 years. 4561 meets the Vehicle/Equipment Replacement Schedule criteria for replacement. 4561 has just entered in its 11th year of service and has logged 3113 hours. Life Cvcle Cost Analvsis Life cycle cost analyses have been completed for 4561 and is attached for your review. The Optimum Economic Replacement Point for 4561 has been calculated at Year 6. The Modified Optimum Economic Replacement Point was calculated at year 10. Other Factors The unit is mostly used to keep the main parking garage floor clean and free of debris. During the snow and ice control season the unit picks up a lot of corrosive materials (salt mixed with calcium chloride). Due to the unit picking up these corrosive materials the unit is showing a lot of undercarriage rust. The carriage consists of several metal linkages that control the scrub brushes and the sweeping brooms, all these linkages need replacement if the unit's life is to be extended. The estimated cost to refurbish the underside of the unit is $8650.00. Reolacement Recommendation It is my recommendation that a replacement for 4561 be purchased during this budget year. The existing 4561 will be used as a trade in versus being sold at the NWMC auction. Our past experience has shown these types of specialized equipment have a higher resale value as a trade in. ~ Sealed Bid results for one Floor Sweeping And Scrubbing Machine April 24, 2007 Page 2 of2 Bid Results On Monday, April 16, at 10:00 AM sealed bids for the purchase of one floor sweeping and scrubbing machine were opened and read aloud. Four invitational bids were distributed and A public notice was placed in a local newspaper as required. Two bids were received. The results are as follows: Bidder Factory Cleaning Equip. Batavia, I L Make/Model Tennant M20 Sweeper/Scrubber Bid Price $53,092.00 Trade-In $4,000.00 Price LessTrade-ln $49,092.00 Tennant Sales and Service Minneapolis, MN Tennant M20 Sweeper/Scrubber $51,822.18 $1,000.00 $50,822.18 Minuteman Powerboss no bid Villa Park, IL Both bidders met all our specifications. Bid Recommendation I recommend accepting the lowest qualified bid for the proposed purchase of one 2007 Tennant Model M20 sweeping and scrubbing machine per our specifications as submitted by Factory Cleaning Equipment, Batavia, Illinois, at a cost not to exceed $49,092.00.00 with trade-in allowance. Funds for this proposed purchase are available in account 677709-660115 on page 289 of the current budget. ~[~~L · James E. ~e~her icle Equipment Superintendent Glen R. Andler Director of Public Works Attachment JEG H:\Administration\BIDS\RESUL TS\Sweeper-Scrubber 2007.doc Mount Prospect Public Works Department Life Cycle Cost Analysis for 1996 Powerboss Floor Sweeping And Scrubbing Machine. Vehicle # 4561 '- Year 1 2 3 4 5 6 7 8 1108~ 1~ 11 32600 29910 27220 24530 21840 19150 16460 13770 839 5700 29910 27220 24530 21840 19150 16460 13770 11080 839 5700 3010 2690 2690 2690 2690 2690 2690 2690 2690 26901 26901 2690 200 200 200 200 200 200 200 200 200 1 200 5 7 52 19 35 7 46 12 20 78 7 1000 1400 10300 3800 7000 1350 9250 2400 4000 1560 1400 563 791 2680 612 1738 144 3840 1182 789 5737 962 533 398 333 309 491 291 163 458 193 288 375 4991 5486 16254 7630 12154 4682 16189 6942 7892 24593 5634 4991 10477 26732 34362 46516 51198 67387 74329 82221 10681 112447 339 674 954 1214 1627 1872 2009 2394 2556 27981 3113 18 at Beginning of Year: mated Value at Year End: lal Dollar Depreciation for Year: ntime Costs/Hour. s DownlYear: ntime Costs per Year: : of Maintenance and Repairs per Year: lding labor, parts, etc.) Costs per Year: I Variable Costs: I Lifetime Variable Costs: s*: ~Iative Cost per Hour: $ 14.72 $ 15.55 $ 28.02 $ 28.30 $ 28.59 J$ 27.351 $ 33.54 $ 31.05 $ 32.171 $ 38.171$ 36.12 Ie Total Lifetime Variable Costs by Hours) r/Mileage Conversion $45.00 ~ $40.00 ::J 0 I: $35.00 ~ f $30.00 ... ~ $25.00 ~ CII $20.00 > lii $15.00 ~ $10.00 ::l $5.00 J $- 2 3 4 5 6 7 8 9 10 11 Years t Denotes Optimum Economic Replacement. l Modified Optimum Economic Replacement Point Calculation I Modified Optimum Economic Replacement Point I Purchase Price of New Vehicle: LESS: Estimated Value of New Vehicle at Optimum Economic Reptacement Point: Estimated Depreciation Cost of New Vehicle: LESS: Estimated Value of Present Vehicle: Net Depreciation Cost of New Vehicle: Estimated Total Hours on Replacement at Optimum Economic Replacement Point: Estimated Depreciation Cost Cost/Hour of New Vehicle: Existing Vehicle Cumulative Cost per Hour at Optimum at Optimum Economic Replacement Point: ADD: Estimated Depreciation Cost/Hour of New Vehicle: Cumulative Cost/Hour at Modified Optimum Economic Replacement Point: $44,600 $22,800 $21.800 $3.000 $18.800 1.900 $9.89 $27.35 $9.89 $37.24 l\11ount Pro.c;pca Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: VEHICLE/EQUIPMENT SUPERINTENDENT DATE: APRIL 24, 2007 SUBJECT: SEALED BID RESULTS FOR ONE NEW MULTI-SECTION SNO PLOW ($15,602.00) Backaround In the current budget we have funds to replace a 1992 Schmidt MF5.4 multi-section snow plow. This snow plow is used to remove snow from the major highways throughout the Village. The snow plow has a unique design compared with the snow plows used by the Public Works Department on the residential streets. The design has individual mold board sections, urethane plates between the mold board and cutting edge, and is taller than the other snow plows. This design allows the truck to move with the existing traffic on the highways rolling the snow off the plow rather than throwing the snow. This type of snow plow costs about $4000.00 more than the snow plows used in the residential areas. Replacement Schedule The replacement schedule for snow plows is the life of the truck the snow plow was used on. This existing snow plow was purchased for vehicle # 4528 and the replacement of vehicle # 4528 was approved by the Village Board on March 20th of this year. Replacement Recommendation It is my recommendation that a replacement snow plow be purchased in the current budget year. Bid Results On Monday, April 16, at 10:00 A.M., sealed bids for the proposed purchase of one new multi-section snow plow were opened and read aloud. Four invitational bids were distributed and public notice was placed in a local newspaper as required. Three bids were received. The results are as follows: Bidder Year/Make/Model Delivery Bid Price Lindco Equipment Sales Merrillville, IN 2007 Schmidt MF5.4 45-60 days $15,602.00 Sealed Bid Results for One New Multi-Section Snow Plow Date: April 24, 2007 Page 2 of 2 Schmidt Engineering, Inc. 2007 Schmidt New Berlin, WI MF5.4 60 days $16,511.00 Olson Trailer & Body 2007 Schmidt Greenbay, WI MF5.4 120 days $16,975.00 All bidders met all our specifications. Included in the bid price for the snow plow was the hitch to mount the plow to the truck. Funds for this hitch will be taken from the vehicle capitol replacement account for the new truck in the amount of $2700.00. Recommendation I recommend accepting the lowest qualified bid for the proposed purchase of one new 2007 Schmidt multi-section snow plow per our specifications as submitted by Lindco Equipment Sales, Inc., Merrillville Indiana, at a cost not to exceed $15,602.00. Funds for proposed purchase are available in account #0015105-670025 ($13,000.00), on page 209, and account #6707709-660115 ($2700.00) on page 289 of the current budget. The existing snow plow will be sold at the 2008 NWMC auction with the old vehicle 4528. .-[ ~~ ames E. ~e~ .:> I concur with the recommendation. JG c: Director of Public Works Glen R. Andler Deputy Director of Public Works Sean P. Dorsey H:\Administration\BIDS\RESUL TS\Snow Plow 2007.doc Mount Prospect INTEROFFICE MEMORANDUM Village of Mount Prospect Mount Prospect, Illinois FROM: IT DIRECTOR TO: ASSISTANT VILLAGE MANAGER DAVE STRAHL DATE: APRIL 20, 2007 SUBJECT: REQUEST TO WAIVE BID AND TO PURCHASE RUGGEDIZED LAP There are two ruggedized laptops scheduled for replacement in 2007, both for the Fire Department. Additionally four new ruggedized laptops have been budgeted to be purchased in 2007, three for the Police Department and one for Public Works. Staff is requesting that the bid process be waived to purchase the six Panasonic CF-30 laptops since they are offered from CDS Office Technologies under the CMS Illinois state bid award. The ruggedized laptop models are needed to withstand the rigorous conditions ofthe outdoors, such as extreme temperatures and road vibration. Police and Fire mount the ruggedized laptops in their public safety vehicles. Superintendents at Public Works use them for field applications. The specifications for the ruggedized laptop units requested for each of the three departments vary slightly. Docking stations for the Police Department are not included in this purchase request since they will be purchased separately. The docking stations for the Fire Department are included. Public Works doesn't use docking stations but needs a port replicator to connect the laptop to the Village computer network when it is brought into the office. Specifications and costs for the laptops are listed in the chart below. Department , ..... > . .... .< T ,<' <"') < ., ..,., 3 Panasonic CF-30 Laptops - Core Duo L2400 Centrino Processor w/1 Police Department Gb RAM, 80 Gb hard drive, touch screen. keyboard light, CDR/DVD $12,180 combo drive, and wireless adapter @ $4,060 2 Panasonic CF-30 Laptops - Core Duo L2400 Centrino Processor w/1 Fire Department Gb RAM, 80 Gb hard drive, touch screen, keyboard light, CDR/DVD $9.564 combo drive, wireless adapter and docking station @ $4,782 1 Panasonic CF-30 Laptop - Core Duo L2400 Centrino Processor wi 1 Gb Public Works Department RAM, 80 Gb hard drive, touch screen, keyboard light, desk port replicator, $4,300 CDR/DVD combo drive, and wireless adapter @ $4,300 Total $26,044 Request to Waive Bid and to Purchase Ruggedized Laptops April 20, 2007 Page 2 I request that the bid requirement be waived for the purchase of six Panasonic ruggedized laptops. I recommend that the Village purchase the six Panasonic ruggedized laptops from CDS Office Technologies for an amount not to exceed $26,044. Funds are available for these purchases. Please feel free to contact me with any questions or concerns. r-~ Joan Middleton IT Director I:\VB Request Memos\2007 Rug Laptop Requests.doc Village of Mount Prospect Community Development Department Mount Prospect MEMORANDUM ~ FROM: MICHAEL E. JANONIS, VilLAGE MANAGER DIRECTOR OF COMMUNITY DEVELOPMENT TO: DATE: APRil 26, 2007 REQUEST FOR FACADE REBATE AND INTERIOR BUllDOUT REIMBURSEMENTS - NORWAY CYCLES AND NORWAY GENERAL STORE SUBJECT: The Village has established a Far;ade Rebate Program and an Interior Buildout Program in the downtown Tax Increment Financing District. These programs offer matching grants to businesses that make improvements to storefronts in the downtown district. The maximum Village contribution is $5,000 per program per storefront. Norway Cycles and Norway General Store recently renovated their storefronts at 50 & 56 E. NW Highway to establish a bicycle shop and a general store at the Shops at Village Centre development. They made several improvements to the interior of the building to improve the functionality of the space. These improvements included installing upgrading the electric service, installing new lighting and accessible bathrooms. They also have installed new awnings on their Northwest Highway and rear parking lot facades. The total expenditures for their project have exceeded $50,000. Norway Cycles and Norway General Store are seeking reimbursement for all eligible expenses related to their projects. Per the program guidelines, the Village may cover 50% of all eligible costs for each component of this project. Therefore, each establishment is eligible for a $5,000 Interior Buildout grant (account # 5507703-590053, page 287 of Budget) and a $3,695 Fayade Rebate grant (account # 5507703-590052, page 287 of Budget) for a total reimbursement of $17,390. Staff supports the request for these reimbursements. Please forward this memorandum and attachments to the Village Board for their review and consideration at their May 1st meeting. Staff will be at that meeting to answer any questions related to this matter. ~. .~~ I ".....~__.:-c"... Facade Improvement And Interior Ruildout Program Page 4 FA~ADE IMPROVEMENT AND INTERIOR BUILDOUT PROGRAM APPLICATION z o ~ < ~ CIl:: f:: t ~ S Q :g z~ 5' CIl:: ~ U < = z o ~ < ~. CIl:: ~ o c r. ~ ZO ->, Ql:: Z u ;;>0- o~ CIl::I ~ U < = Telephone (day) B41--39g-94L'::f Telephone (evening) n '?- -i?9q -95S~O Fax <?L11--;253- ~La '2~=s ~ <..::..<a-UL le ooQ..p c94 -=f- r 2'2--~ -"3 \ It L-. , ~ {i-Q .W~\ a-rJJ acce,\.a,. "1(\ Jl..e. ,~ " U-. Name Telephone (day) t rLc55 -7760 Telephone (evening) (847) 655~7700 A-L Street AdClress 250 S. Northwest Highway, Suite 300 Fax (847) 655-7701 City Park Ridge State IL Zip Code 60068 pager Architect's Name & Address Ar-K-Teks Unlimited, Ltd. 300 N. 11th St., Wheeling, IL Contractor's Name & Address ReModel One 715 Berwick Place, Roselle, IL Engineer's Name & Address {if applicable) Telephone (day) fax (847) 215-9214 (8471 215-0894 Telephone (day) fax (~30) 980-5995 (847) 980-6065 Telephone (day) fax Landscape Architect's Name & Address (if applicable) Telephone (day) fax Village of Mount Prospect Community Development Department -Planning Division Revised 12/12/06 , .r<F8ca'de Improvement And Interior Ruildout Program Page 4 FA~ADE IMPROVEMENT AND INTERIOR BUILDOUT PROGRAM APPLICATION z o - Eo- < :; ex: O' ~ Ii z c _ 0 Q :g z~ ;;;;l, o ex: ~ u < III Name Corporation Telephone (day) - '1 ~ .- ci t4 2" ~ gq =1- 59 ~ - c; g i( 6 Fax ~ql-2S3 .f'4-L:=S ~~ ~~l' 'l.2L.-3f ~ L WU~~ City \\}v\ ~ h~~\- \~. State p Code lP (50.0..0 (l{ "( Number of storefronts in the building and occupants l c;le<<. ~ ~~ ~ Relationship to Property Tenan t ~ Name Telephone (day) 811-.. (;5"5' t't()O Corporation ~ ~ _A.' "',,;, tfJ A~. 11:'" LL~. Telephone (evening) Z l(ilJ)~ (84n 655-:7700 0 - Street'Address Eo- Fax < :; , 250 S, Northwest Highway, Suite 300 (847) 655-7701 ex: ... O~ City State Zip Code pager ~ ~ ZO Park Ridge IL 6"0068 ->> Q1:: Z u ;;;;lQ. Architect's Name & Address 300 N! 11th St. Telephone (day) fax O~ ex: , Ar-K-Teks Unlimited, Ltd. Wheeling, IL (8471 215-9214 (647) 215-0894 ~ Contractor's Name & Address 715 Berwick Place Telephone (day) fax U < ReModel One Roselle. IL (630) 980-5995 (630) 980-6065 III Engineer's Name & Address (if applicable) Telephone (day) fax Landscape Architect's Name & Address (if applicable) Telephone (day) fax Vi\1age of Mount Prospect Community Development Department -Planning Division Revised 12/12/06 INTEROFFICE MEMORANDUM Village of Mount Prospect Fire Department TO: MICHAEL E. JANONIS, VILLAGE MANAGER DATE: APRIL 6, 2007 FROM: MICHAEL J. FIGOLAH, FIRE CHIEF SUBJECT: FIRE DEPARTMENT UNIFORMS - WAIVER OF BID General Information Sworn firefighters receive an annual $450 allowance for uniform replacement according to the labor agreement. The majority of the uniform allowance is used for work uniform pants, shirts, t- shirts, socks, shoes, belts, dress uniforms, and physical fitness clothing. These items are purchased from one clothing vendor. The remainder of the allowance is used to purchase physical fitness shoes and specialized equipment. All of the clothing items are purchased by the Department on behalf of the firefighters. Each year prior to placing the uniform order, every member is subject to a uniform inspection to ensure they meet the minimum standards per current general orders. The maximum amount an individual can spend on clothing is $450. In past years, we went out to bid and only received one or two bids because there are only a few companies in the area that can provide this service. We have had vendors in the past that weren't able to process orders in timely manner, they did not have a local retail store to send employees to try on uniforms, and therefore, it is imperative that we have a local vendor that we can send personnel to try on uniforms, make alterations, and deliver the uniforms in a timely fashion. The last two years we purchased uniforms from Uniformity Incorporated in Northbrook. Although we have had some issues with service and billing due to a recent move from one location to another in Northbrook, they have promised us these issues have been resolved and have agreed to maintain pricing the same as they have for the last two years. Recommendation After meeting with the owners of Uniformity Incorporated, and addressing some of their past performance issues, it is my recommendation to waive the bid process and award a contract for fire department uniforms to Uniformity Incorporated in Northbrook, Illinois in an amount not to exceed $30,000. Budget Authorization Funds for this purchase were approved in the 2007 budget and are available in account 0014201- 520600 on page 180 of the budget book. MF/jm