Loading...
HomeMy WebLinkAbout5. MANAGERS REPORT 09/18/2007 Mount Prospect ~ Mount Prospect Public Works Department INTEROFFICE MEMORANDUM FROM: VILLAGE ENGINEER {/ J3 ~f4 f-I f-07 ~ TO: VILLAGE MANAGER MICHAEL E. JANONIS DATE: SEPTEMBER 12, 2007 LINNEMAN ROAD IMPROVEMENTS CONTRACT AWARD (NOT TO EXCEED $328,494.54) SUBJECT: Background The Village is partnering with the Opus North Corporation, the developer of the Briarwood Business Center, to improve Linneman Road between Algonquin Road and Dempster Street. As required by the Development Code, Opus North Corporation is responsible for the improvements to the southern 1,000' of this section of Linneman Road across the frontage of their development and the Village is responsible for the improvements to the northern 600' of this section of Linneman Road. Opus North prepared the plans and bidding documents for the project that includes pavement widening, installation of curb and gutter, storm sewer, street lights and resurfacing of existing Linneman Road pavement. The Village will use CDBG funds and street improvement funds to pay for its portion of the improvements. Rather than utilize two different contractors and schedules, it was decided that the two sections would be combined into one project, but the bidders would submit individual bids for each section. The lowest responsible bidder for both sections when totaled together will be awarded two contracts, one by the Developer and one by the Village. The project will then be constructed in a continuous, fluid manner. This represents the second time bids have been solicited for this project. On May 21, 2007 bids were received for this project. However, due to inconsistency in the bids because of confusion on the part of the bidders, all bids were rejected at that time. Since then the project plans and specifications have been revised to better clarify the required work. Bidding Results Sealed bids for the Linneman Road Improvements were publicly opened and read aloud on September 10, 2007 at 10:00 A.M. A Notice to Bidders was published in a local newspaper as req ui red. Three contractors submitted bids for this project. The combined bids ranged from a low of $923,322.24 by Maneval Construction Co., Inc. to a high of $1,255,895.36 by Abbey Paving Co., Inc. The Engineer's estimate for the project was $1,073,923.40. Each of the bidders submitted a bid bond in the amount of 5% of the total bid as required in the Bid Proposal Packet. All bids were checked for their accuracy. Errors were found on the second low bid, however it did not change the outcome of the bidders. All bidders correctly signed their bids and bid bonds. Below is a summary of the bids: Page two ... Linneman Road Improvements September 12, 2007 Bidder Contract 1 (Opus) Contract 2 (Village) Total $ 594,827.70 $ 328,494.54 $ 923,322.24 $ 614,775.23 $ 355,668.88 $ 970,444.11 $ 755,046.82 $ 500,848.54 $1,255,895.36 $ 696,231.80 $ 377,691.60 $1,073,923.40 Maneval Construction Co., Inc. Arrow Road Construction Co. Abbey Paving Co., Inc. Engineer's Estimate This rebid resulted in a low bid for the Village's portion of the project, Contract 2, which is approximately 3% lower than the original low bid price. Discussion The low bidder, Maneval Construction Co., Inc., is prequalified by the Illinois Department of Transportation for this type of construction project. Maneval Construction Company has not completed any recent projects in the Village of Mount Prospect. However, they are currently under contract with Opus North Corporation on other projects and their performance has been acceptable. Opus North Corporation has indicated that they will award a contract to Maneval Construction Company contingent upon the Village also awarding a contract. Recommendation I recommend that the low bidder, Maneval Construction Co., Inc., be awarded the contract for the Linneman Road Improvements in the amount not to exceed $328,494.54. There are sufficient funds in the 2007 Budget to cover this proposed contract. Please include this item on the September 18th Village Board Meeting Agenda. .~ lbecker, P.E. cc: Village Clerk Lisa Angell H: \Engineering\Developement\Reviews\Briarwood Business Center\LinnemanRd\rec_memo2.doc Mount Prospt.'Ct Mount Prospect Public Works Department INTEROFFICE MEMORANDUM FROM: STREETS/BUILDINGS SUPERINTENDENT tll3 /If;, f-lf--07 ~~ TO: VILLAGE MANAGER MICHAEL E. JANONIS DATE: SEPTEMBER 13,2007 SUBJECT: PUBLIC WORKS EXTERIOR WALL SEALING RECOMMENDATION (NOT TO EXCEED $34,000) BACKGROUND The Public Works Facility was built in 1988. The exterior walls are constructed of split-face concrete block that require periodic sealing with silicone rubber. The silicone rubber sealant is applied as a spray and helps prevent the migration of water through the masonry blocks. The sealer has a life expectancy of 5-7 years. The Public Works Facility has been sealed approximately once every 5 years since 1988. The building was last sealed in 2000 and 2001 by Szabo's Masonry Sealing, Inc. Approximately one-half of the building was sealed each year. The scope of the work typically includes: . Clean and remove any calcium carbonate from the exterior walls. . Seal all exterior walls as instructed and caulk any failed joints including the installation of new backer rod as necessary. . Install new waterproofing membrane on all split-face block. . Provide a minimum five (5) year warranty covering the material, workmanship and labor. BID RESULTS Sealed bids were opened at 10:00 A.M. on September 10, 2007 for the sealing of the Public Works facility exterior walls. Four invitational bids were mailed, and a bid notice was placed in the local paper. Four companies made on site visits to familiarize themselves with the project. Two bids were received: Bidder Cardinal Decorating, Naperville, IL Szabo's Masonry Sealing, Plainfield, IL Bid Price $ 17,420.00 $ 28,402.50 DISCUSSION While Cardinal Decorating, Inc. did have a letter of recommendation from the specified sealant manufacturer, the letter stated the firm had only been using the product for just over one year. Furthermore, the supplied work references were for painting work; not block wall sealing. The bid specifications require that the successful bidder be a "Company specializing in the application of water proofing wall systems with 10 years documented experience...". It is the opinion of staff that Cardinal Decorating does not meet the threshold requirements for experience this contract requires. Szabo's Masonry Sealing, Inc. received an outstanding recommendation from the specified product manufacturer. Furthermore, Szabo also indicated that, as a normal business practice, they will apply almost twice the amount of silicone rubber sealant to our walls as Cardinal Decorating. Szabo utilizes specialized rotary spraying tools that enable a deeper penetration of the masonry than standard painting sprayers. Consequently, Szabo suggests that a primary component of the cost variance with Cardinal Decorating can be attributed to the fact that they will apply more silicone rubber resulting in a thicker sealant coat. Szabo did the last sealing application at the Public Works building which has performed satisfactorily over the past 6-7 years. Due to the fact that some bid quantities, such as the amount of deteriorated caulk, are estimates, staff recommends adding a 20% contingency to the award for this project. RECOMMENDATION I recommend rejecting the bid submitted by Cardinal Decorating of Naperville, Illinois for failure to meet the threshold experience requirements of this bid. I also recommend awarding Szabo's Masonry Sealing, Inc. of Plainfield, Illinois a contract to seal the exterior split block masonry walls at the Public Works Facility in the not-to-exceed amount of $34,000. This award includes the base bid price as submitted by Szabo ($28,402.50) plus a 20% contingency ($5,597.50). There are sufficient funds in the 2007 budget for this proposed expenditure. 9eu-fJ GfWWJ Paul Bures Streets & Buildings Superintendent Sean P. orsey Deputy Director of Pub I concur: PB Attach c: Director of Public Works Glen Andler Deputy Director of Public Works Sean Dorsey file Mount Prospect ~ Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS v [3 fi1f1 q-I?-o7 ~:;;- FROM: VEHICLE MAINTENANCE SUPERINTENDENT DATE: SEPTEMBER 13, 2007 SUBJECT: SEALED BID RESULTS FOR ONE PICKUP TRUCK ($17,889.00) BackQround In the current budget, there are funds available to replace unit 314.314 is a 1995 Chevrolet Cavalier four door sedan used by the Public Works Department Engineering Division as transportation, and for hauling of small items, supplies and equipment to job sites throughout the Village. Replacement Schedule 314 was purchased in 1995. The vehicle/equipment replacement schedule for cars is 10 years or 50,000 miles. This vehicle meets the required years of service and mileage for replacement. 314 is in its 13th year of service and has logged 49,664 miles. Life Cvcle Cost Analvsis Life cycle cost analysis has been completed for 314 and is attached for your review. The optimum economic replacement point for 314 has been calculated at year 9. The modified economic replacement point for 314 has been calculated at year 12. Other Factors The Engineering Division has requested to replace the existing four door sedan with a pickup truck. The Engineering Division is requesting a pickup to transport barricades, manholes, manhole covers, and other large items to the job site. At present time for them to transport these large items that do not fit in a car they must hunt down a pickup assigned to other divisions to use. During the summer months a pickup truck is a premium vehicle and they are generally not available. Replacement Recommendation It is my recommendation that a replacement for 314 be purchased and be replaced with a pickup truck during the 2007 budget year. Bid Results On Monday, August 20, 2007, at 10:00 A.M., sealed bids for the proposed purchase of one pickup truck were opened and read aloud. Sixteen invitational bids were distributed, and public notice was placed in a local newspaper as required. Six bids were received. The results are as follows: Bidder Bob Ridings, Inc. Taylorville, IL Year/Make/Model 2008 Ford F1504X2 Total Bid Price $17,889.00 Deliverv 90-120 Days Subject: Sealed Bid Results For One Pickup Truck Date: September 13, 2007 Page 2 of 2 Total Bid Bidder Year/Make/Model Price Delivery Biggers Chevrolet 2008 Chevrolet $18,797.00 60-90 Days Elgin,IL C1500 Silverado 4X2 LeMay GMC 2008 GMC $18,847.93 60-90 Days Kenosha, WI C1500 Sierra 4X2 Stasek Chevrolet 2008 Chevrolet $19,168.00 60 Day Wheeling, \I C1500 Silverado 4X2 Lattof Chevrolet 2008 Chevrolet $19,180.00 90 Days Arlington Heights, IL C1500 Silverado 4X2 Hoskins Chevrolet 2008 Chevrolet $19,193.00 75 Days Elk Grove Village, IL C 1500 Silverado 4X2 All bidders met all our specifications. Bid Recommendation I recommend accepting the lowest qualified bid for the proposed purchase of one 2008 Ford F150 4X2, 6600 lb. GVWR pickup truck per our specifications, as submitted by Bob Ridings, Taylorville, IL., at a cost not to exceed $17,889.00. Funds for this proposed purchase are available in the current budget. The car being replaced will be sold at the fall 2009 Northwest Municipal Conference auction. I ~ Sean Dorsey Deputy Director of Public Works [h ~~ ames E. ~en~~ JG Attachment H:\Administration\BIDS\RESUL TS\Pickup4X2 2007.doc INTEROFFICE MEMORANDUM Village of Mount Prospect Fire Department General Bid Information TO: MICHAEL E. JANONIS, VILLAGE MANAGER FROM: MICHAEL J. FIGOLAH, FIRE CHIEF DATE: SEPTEMBER 11,2007 SUBJECT: MEDICAL EXAMS On August 13,2007, at 10:00 AM sealed bids were received for annual medical exams for 72 sw rn Fire Department Personnel and 20 Paid-On-Call Firefighters. At this time, the sealed bids were publicly opened and read aloud. The bid specifications requested pricing for pre-employment, periodic, and maintenance medical exams. The pre-employment exam consists of a comprehensive blood workup, 12 lead EKG, graded exercise treadmill, pulmonary function, hearing, vision, and various other exams to determine whether a candidate is medically able to work as a firefighter. The annual medical exams provided to Fire Department personnel consists of either a periodic exam or maintenance exam based on the age and past medical history of the firefighter. The physician will determine whether the firefighter receives a periodic or maintenance exam. The significant difference between the two exams is a graded exercise treadmill which evaluates the firefighter's cardiovascular level and detects any cardiac abnormalities. Summary of Bids Received Four (4) local medical providers received invitational bids and advertising was placed in the local newspaper. The three (3) providers listed below submitted sealed bids and a fourth provider, Glenbrook Hospital, did not bid. Bid results were as follows: Vendor Pre-Employment Periodic Exam Maintenance Exam Health Endeavors $725.00 $400.00 $245.00 Alexian Brothers $938.00 $638.00 $338.00 Northwest Community $1044.50 $634.50 $384.50 Bid Recommendation Based on the information above and our past experience with Health Endeavors I recommend award of the contract to Health Endeavors in an amount not to exceed $24,000. Doctor Michael Fragen has been providing these services for the Mount Prospect Fire Department for over 10 years and has provided excellent service. A list of Departments currently using Health Endeavors for medical exams is attached to this memo. TO: VILLAGE MANAGER SUBJECT: MEDICAL EXAMS DATE: September 11, 2007 PAGE20F2 Budget Authorization There is $24,000 allocated in this year's budget. On page 180 in account #0014201-520700 there is $17,800 budgeted for sworn personnel and $6,200 on page 188 in account #0014208-5207000 for Paid-an-Call personnel. MF/jm Attachment PREVIOUS EXPERIENCE %'ea[th P,n!eavorsJ S. C. Mobile Public Employee Medeal Services Health Endeavors has been servicing municipalities with pre-employment health evaluations, yearly 'fit-for-duty' physicals, workers compensation management, and other occupational medicine services for 15 years. Our name has changed several times but our quality service has remained consistent. Clients and references include: Aurora Fire Department Bartlett Fire Depatment DarienlWoodridge FPD Downers Grove Fire Department Evanston Fire Department Franklin Park Fire Department Glenview Fire Department Glen Ellyn Volunteer Fire Hampshire Fire Protection District Highland Park Fire Department Itasca Police & Fire Department Joliet Fire Department LaGrange Fire Department Lockport Fire Protection District Lincolnshire-Riverwoods FPD Lincolnwood Fire Department Lincolnwood Police Department Mount Prospect Fire Department Mount Prospect Police Department Northbrook Fire Department Norridge Police Department Norwood Fire Department Oak Brook Fire Department Oak Brook Police Department Pingree Grove FPD Pleasantview Fire Protection District Prospect Heights FPD PSI, inc. Riverside Fire Protection District Romeoville Fire Department Romeoville Police Department Schiller Park Fire Department Skokie Fire Department South Elgin Fire Protection District Village of Franklin Park Village of Mount Prospect Village of Lincolnwood Village of Oak Brook Village of Wheeling Western Springs Fire Department Wheeling Fire Department Wheeling Police Department Wilmette Fire Department Wilmette Police Department Wood Dale Fire Department