Loading...
HomeMy WebLinkAbout7. Village Manager's Report 04/06/2011Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: VEHICLE /EQUIPMENT MAINTENANCE SUPERINTENDENT DATE: MARCH 20, 2011 SUBJECT: ACCEPT SUBURBAN PURCHASING COOPERATIVE (SPC) BID FOR THE PURCHASE OF TWO (2) NEW FORD EXPLORERS ($53,500) Background In the current budget, there are funds available to replace Fire Department vehicles 501 and 502. 501 is a 2003 Chevy Impala and 502 is a 2002 Chevy Impala. The replacement of 502 has been deferred from the 2010 budget year, due to the overall economy and budget constraints. We extended the normal replacement life cycles by one year for the majority of the Village fleet. Both cars are used by Fire Department staff to perform their daily work, respond to emergency calls and to attend training. Replacement Schedule 501 was purchased in 2003 and 502 was purchased in 2002. The vehicle /equipment replacement schedule for these types of vehicles is 8 years or 50,000 miles. Both vehicles have completed 8 and 9 years of service and have logged between 101,000 — 118,000 miles. Both vehicles have well exceeded the vehicle /equipment replacement schedule criteria for replacement. Other Factors These current cars have high miles and their mechanical condition has deteriorated rapidly over the last year. Because of the high mileage, the engines and transmissions have developed several oil leaks that would require removing the power trains from the car to repair properly. This would not be cost effective considering the age /mileage of these cars and would take them out of service for an extended period of time. Recently we have replaced front drive axles, front and rear wheel- bearing assemblies, oil and transmission cooler lines, etc. Vehicles 501 and 502 are used by the Deputy Fire Chief and the Training Officer for various administrative duties, including responding to emergencies. I recommend these vehicles be replaced with 2011 Ford Explorers with four -wheel drive. The current vehicles are inadequate in size to transport the necessary equipment including mobile and portable radios, self- contained breathing apparatus, turnout gear and other emergency supplies. Additionally, the four -wheel drive will be a needed component when responding during snowstorms and other weather related emergencies. Page 1 of 2 Accept Suburban Purchasing Cooperative (SPC) Bid for the Purchase of Two (2) New Ford Explorers ($53,500) March 22, 2011 Replacement Recommendation It is my recommendation that two (2) replacement vehicles for 501 and 502 be purchased during the 2011 budget year. Bid Recommendation I am recommending and request the Village Board authorize the purchase of two (2) new 2011 Ford Explorer Utility Vehicles from the Suburban Purchasing Cooperative award winner Currie Motors, of Frankfort, Illinois at a cost not to exceed $53,500 ($26,750 per unit). The State of Illinois bid for the purchase of both vehicles is $343 higher. Funds for this proposed purchase are currently available in the Vehicle Replacement Fund of the 2011 budget. The remaining funds will be used for needed emergency equipment purchased through various vendors to provide completely functional vehicles. The vehicles being replaced will be sold through the NWMC fall auction. James R. Breitzman Vehicle /Equipment Superintendent I concur. Glen R. Andler Director of Public Works JB C: Deputy Director of Public Works Sean Dorsey H:Wdministration \BIDS \RESULTS \SPC Purchase, Fire 501,502- 2011.docx Page 2 of 2 Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: WATER & SEWER SUPERINTENDENT DATE: MARCH 28, 2011 SUBJ: BID RESULTS FOR WATER METERS (NOT TO EXCEED $51,960.00) Background The Village of Mount Prospect operates a water distribution system that includes over 11,000 metered accounts. Staff follows the guidelines of the American Water Works Association (AWWA) which recommends the replacement of water meters on a 15 cycle. Presently, the Village replaces about 800 to 1,000 water meters each year. AWWA also establishes industry standards for the manufacture, quality and performance of cold water meters. These standards have been adopted worldwide over the past several years by many water meter manufacturers. Acceptance of these standards has enabled considerable savings for water utilities due to the standardization of products and increased competitive pricing. Problem Statement Previously, the Village had obtained water meters under a multiple year (typically a three -year) arrangement from primarily one vendor; Badger Meter of Milwaukee, Wisconsin. Over the past few years, bronze and brass prices have fluctuated so drastically that water meter vendors have been hesitant to guarantee prices for more than six months, if that. As a result of this constantly changing pricing, staff also re- evaluated the Village's sole vendor status for water meters and found that the Village could obtain similar quality in water meters from multiple reputable vendors. By specifying conformance with the AWWA cold water meter standards, the Village can obtain water meters that were essentially identical to what we have been using while also obtaining competitive pricing. Because of this, the Village bid the procurement of water meters from several sources. Page 2 of 3 Bid Results for Water Meters (Not to exceed $51,960.00) March 28, 2011 Also at the same time, the Village is moving towards the replacement of the obsolete automated meter reading system (AMR). Staff identified a need to incorporate an absolute digital encoder (ADE) register into our water meter assemblies which allows the meter to communicate with a wider variety of AMR systems. Most importantly, the requirement of using AIDE register heads on the cold water meters allows the Village more flexibility in reviewing and choosing an AMR replacement system. Proposals for the new AMR system will be solicited during April and the results presented to the Village Board in late May or early June. Requests for Bids Based on this more open approach to our cold water meter requirements and our future AMR needs; the Village is requiring vendors to meet or exceed the AWWA cold water meter standards; to provide an AIDE register head reading in gallons; and to provide a minimal amount of cabling to allow for the future incorporation into an AMR system. Staff prepared a detailed bid specification for the quantity of meters that are planned for replacement in 2011 plus a nominal meter reserve for staff to stock for new installations and emergency water meter changes. The request asked the vendor to provide pricing on 720- 5/8" and 50 - 1" cold water meters, along with associated seals, sealing wire and gaskets. The bid also asked that the vendor hold their pricing for a minimum of one hundred and eight (180) days or for a longer period that the vendor could stipulate. Bid documents were requested by eight (8) firms and a bid notice was published in a local paper. Bid Results Bids were received on March 14, 2011, opened and read aloud as required. Two firms - Datamatic of Plano, TX and Metron - Farnier of Boulder, CO declined to bid. The following six (6) firms submitted the following seven (7) bids. One vendor submitted two bids — one bid for brass body water meters and a second bid for plastic body water meters. All other bidders proposed brass water meters. SUPPLIER PRICE Badger Meter, Milwaukee, Wisconsin $ 51,960.00 Water Products Inc, Aurora, Illinois -brass $ 53,865.00 HBK Meter Services, Palatine, Illinois $ 57,596.40 Water Products Inc, Aurora, Illinois - plastic $ 62,835.00 Ferguson Waterworks, Cleveland, Ohio $ 65,556.50 HD Supply, Carol Stream, Illinois $ 75,553.30 Ziebell, Elk Grove, Illinois $ 94,060.50 Page 3 of 3 Bid Results for Water Meters (Not to exceed $51,960.00) March 28, 2011 Discussion All bids were checked to ensure that the supplier was providing the needed and necessary equipment in accordance with the specifications. There were no exceptions to the bid specification by any firm. All bidders stipulated that they would honor their unit prices for a period of one hundred - eighty (180) days. The lowest responsible bidder, Badger Meter of Milwaukee, Wisconsin has been the Village's water meter supplier in previous years and is considered a reliable, responsive vendor. Recommendation I recommend that the Village Board accept the bid for the purchase for cold -water meters and accessory components as submitted by Badger Meter Inc. of Milwaukee, Wisconsin in an amount not to exceed $51,960.00. Sufficient funds for this proposed procurement exist in the current budget. Matt Overeem I concur. Glen R. Andler Director of Public Works cc: Deputy Director of Public Works Sean P. Dorsey H: \Water \projects \2011 \water meters \BID BOARD AWARD RECOMMENDATION water meters_SPD REVIEW_03152011.doc Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: VEHICLE /EQUIPMENT MAINTENANCE SUPERINTENDENT DATE: MARCH 25, 2011 SUBJECT: ACCEPT SUBURBAN PURCHASING COOPERATIVE (SPC) BID FOR THE PURCHASE OF TWO (2) NEW FORD F -250 PICKUP TRUCKS ($49,900) Background In the current budget, there are funds available to replace pickup trucks 2722 and 2731. 2722 is a 2003 Chevrolet % ton pickup truck used by the Public Works Department as an emergency response and service call vehicle. Water and sewer system operators use this vehicle 365 days a year to monitor remote pumping and storage facilities, investigate alarms, assist with water main breaks, and respond to resident's requests for service. This vehicle is typically the first P.W. vehicle to respond to emergencies in the evening, weekends, and holidays. Since this vehicle gets used every day, the annual mileage accrues much faster than our average pickup truck. 2731 is a 2001 Chevrolet % ton pickup truck used by the Forestry/Grounds Division of Public Works as transportation, hauling supplies, equipment and tools to job sites throughout the Village. Additionally, this truck is used to perform their daily maintenance of the tree population throughout the Village, including monitoring contractors and maintenance personnel. Both trucks currently have utility bodies with storage compartments and are 2 -wheel drive. Replacement Schedule 2722 was purchased in 2003 and 2731 was purchased in 2001. The vehicle /equipment replacement schedule for pickup trucks is 10 years or 50,000 miles. 2722 has entered its 9th year of service and has logged 107,000 miles. 2731 has entered its 11 year of service and has logged 79,000 miles. Both vehicles were deferred from previous budget years and exceed the vehicle /equipment replacement schedule criteria for replacement. Life Cycle Cost Analysis Life cycle cost analyses have been completed for both trucks and is attached for your review. The optimum economic replacement point for 2722 has been calculated at year 4. The modified economic replacement point for 2722 has been calculated at year 9. The optimum economic replacement point for 2731 has been calculated at year 5. The modified economic replacement point for 2731 has been calculated at year 11. Page 1 of 2 Replacement Recommendation It is my recommendation that two (2) replacement vehicles for 2722 and 2731 be purchased during the 2011 budget year. Also, I recommend adding 4 -wheel drive and a snow plow to 2731, which will provide additional snow fighting equipment during our snow removal operations. Staff has determined our needs have changed for this truck and would like to utilize the regular pickup bed without purchasing a service body. 2722 will remain 2 -wheel drive and have a new service body installed by a separate equipment dealer. Bid Recommendation I am recommending and request the Village Board authorize the purchase of two (2) new 2011 Ford F -250, Super Duty Pickup Trucks from the Suburban Purchasing Cooperative award winner Currie Motors, of Frankfort, Illinois at a cost not to exceed $49,900. The State of Illinois bid for the purchase of both vehicles is $1,989 higher. Funds for this proposed purchase are currently available in the Vehicle Replacement Fund of the 2011 budget. The remaining funds will be used to purchase necessary additional safety equipment, and one service body to provide completely functional vehicles. The vehicles being replaced will be sold through the NWMC fall auction. James R. Breitzman Vehicle /Equipment Superintendent I concur. Glen R. Andler Director of Public Works JB Attachment C: Deputy Director of Public Works Sean Dorsey H:\Administration\ BIDS\ RESULTS \SPCPurchase2PickupTrucks2722 ,2731- 2011.docx Page 2 of 2 0 O O O O O O M m M N 0 0 0 0 0 C 0 0 0 O ll� O L() O L() m E9 E9 E9 fR N CO CO LD — V M O O � O CN N E9 E9 E9 E9 cu Q U E O O O W E U C ° O U a 0 0 _ a a a• a R (D - C °°' E U - O O E = U a y O 6 a m U ° E CC C O . E E . k U O O O O O W 6 G W W ° O O L L O W V W O '- > E E > Q W g Q � O (D E O z E O z a5 L U_ (6 O O a) ° L a) ° Q > ° ( ° ° — O > c c L 3: U a) C L E a f/) d > Z a) a) U D j� 0 !� 'a N o w o w> m U° U N N L Z w a w O N j 5 0 o z 0 a5 a) C w ° O C ° N O O a) d 7 0 f/1 Ul z m ' m o ° 'm . m° ° (° a) o c a W a 0 O a) U m V O E a E U E '° U° E f G. O O O O M N O CO M M O V nl Ul W W O_ W 0 M C M N M N M O O L (n E U) E E U) Lu U Q Y N ua a J W J Z W W W U N U C W CO Ln M CO N .............................. .......... ......... .......... N 7 O N •y rn o Q U) O C CO O O O O N O N Ln M co N O N V N �2 o CO j cu sm N in o 0 0 o Ln o rn Ln v rn O O O O N O V CO W M T �Jf CO M N Ln M CO W N N O J O V M O O O O N O CO W CO V V � L O O 0 O N O Ln N O O T L o 4- O ua N N O O O O V O N V O c0 O L W N N N 69 � 0 0 O O � O Ln V c0 c0 Ln M O O O O N W M M M T c0 Ln N N M - N O 69 m N `m 6 O N .. `m U N O a) a3 } ti U m 9 w O d U `m m d N O O O O O O O M O U J rn N m o U c �° n n N ER Ef) EA EA EA EA EA m t6 N ER 0 E ° o > OHIN aad }sOO OAlleinwno m N in U O O O O > W Q 0 0 0 0 0 0 (O LO (O 0 0 0 0 0 0 LS) N LSD W 0 0 0 0 0 0 0 LS) O LS) O LS) CO 04 ZL; EA fR N O N O N M I— V M N F M N Ef3 N 2 EA Ef3 G M F— N C a a a ° s ( D i o t6 } U O O m N N O U f E E ua O O O O O c0 O CO N V � LU 0 0 O O M O M Q Q W O Q � U N Y U > N N N C N 7]; N } L E > z N O R U N O O U c O ti N O U d t6 } m 9 Q T O O O O N O M � N CO Ln � O O �m O W O V O CO n N d y n E CO V N c0 M M U O 'rn 0 M w 0 N U d c n n E O U J j C �° t6 m d O N 0 N ua N O m E 0 o f O O O O V O � N Ln Ln W N in U O O O O j O O 0 > m < 0= 0 U U U p CD N ua 7 0 0 o 0 0 0 0 0 o N 0 rn co co rn o d O o M U U) n N • Q 7+ U) _ ua Q l6 t0 O O O O M O N N N M a Q O O O O N M O V cq y 30 ua U � y U C..7 N M M N M O O O O O M N W 69 V N V c0 N c0 m Ln � M N � N W � N O O O O O N 69 O N c0 N N C O CO c0 Ln U� Ln N N N N M N m CO O 0 0 O O O N 69 T O O O N� N M c0 Ln Ln M N N N 69 N O (6 C O U U EL U_ O O W ID 0 C a a a ° s ( D i o t6 } U O O m N N O U f E E O f � LU N f L U U L E ( L S E E t6 Q Q � O E O O Q � U N N U > N N N C N 7]; N } L E > z N O R U N O O U ti N O U d t6 } m 9 > O} u d U N N d 0 c R n = n c d y n E N } U > 'rn D w 0 N U d c n n E O U J j f3 �° t6 m d O N 0 N ^ 2 CT N O m E 0 o f m E En N N in U O O O O j O O 0 > m < 0= 0 U U C O U U EL U_ O O W ID 0 C C C a a a ° s ( D i o U U O O m N (D O O U f E E O f f C lu LU N f L U U L E ( L S E E E > Q > Q Q � O E O O Q � U N N U > N N N C N 7]; N > N N C L L E > z N O O U O f/1 O U N O Village of Mount Prospect Mount Prospect, Illinois INTEROFFICE MEMORANDUM TO: MICHAEL E. JANONIS, VILLAGE MANAGER DAVID STRAHL, ASSISTANT VILLAGE MANAGER FROM: CABLE PRODUCTION COORDINATOR DATE: MARCH 25, 2011 SUBJECT: WAIVING OF BID REQUEST FOR THE PURCHASE OF 2 NEW AVID EDITING SYSTEMS Background The Television Services Division is constantly editing programming for the various shows it produces throughout the year. The programs are edited on non - linear computerized editing machines manufactured by the AVID Corporation. TV Services currently owns 4 complete AVID workstations varying in age from 4 to 7 years old. All the machines have the AVID Express software installed on them and are hosted by a variety of PCs. AVID no longer produces the Express software and the various PCs are too old to allow for an upgrade to the AVID Media Composer software. The current AVID editing systems were assembled by staff by purchasing software and PCs separately and installing firewire cards, graphic cards, audio cards and external hard drives to make the systems work. Not all the hardware integration was fully successful and two of the four edit systems are prone to bugs that cause frequent crashing. New Technology Due to the complex nature of the modern non - linear edit system, it is better to have an editing workstation put together by a certified AVID dealer. This insures that the software, PCs and hardware are fully compatible and up to manufacturer's specs. The AVID Media Composer edit station will edit the standard definition video that we currently use and is also able to edit high definition video when we convert in the future. The two new workstations will be used by the Cable Production Coordinator and the Community Producer. The two most recently acquired AVID Express workstations will be passed down for use by ourfreelance editor and interns. AVID is represented by only two companies in the entire state of Illinois and they are both within two miles of Village Hall. These companies also service Wisconsin and Indiana. TV Services Staff requested quotes from the two local vendors. The first company is Roscor Corporation in Mount Prospect. They quoted $13,457.55 for two AVID Media Composer edit stations on an HP Z400 computer, 4 TB of hard drive space, an AVID keyboard and full integration and assembly services. Page 2 The second company is Midwest Media Group in Arlington Heights. They quoted $13,097.00 for two AVID Media Composer edit stations on an HP Z400, 4 TB of hard drive space, an AVID keyboard full integration and assembly services. In addition they are also providing a firewire card, plus a multi- format video I/O interface device. These two additional items would have been purchased separately, but Midwest Media Group has included them in their quote. With the two additional Items their quote is still $360.00 less than Roscor. If you don't include the extra items the quote is actually $1508.00 less than Roscor. This is a significant savings. Action Requested Staff requests the waiving of the bid process for the 2 AVID Edit Work Stations. Staff recommends purchasing the AVID workstations from Midwest Media Group forthe sum of $13,097.00. Television Services has money it the CIP budget to cover these costs. Attached you will find the two quotes. Thank you. Howard Kleinstein cc: Lisa Angel, Village Clerk